Professional Documents
Culture Documents
Volume I
Ref No.: C.A. No. 03/CIDCO/SM/2014-15
Date: 21st October, 2014
Table of Contents
2 Introduction ........................................................................................................................................................... 21
2.3.2.1 Processing of request / queries: post allotment from Estate department ......... 31
2.3.4 Marketing............................................................................................................................................. 48
2.3.5 Estate..................................................................................................................................................... 57
2.3.5.1 Estate department activities for Customers who bought plotted premises........58
2.3.7.2 Certification of Zoning Maps & Authentication of Plot Coordinates for Height
NOC through NOCAS system of AAI........................................................................................................ 64
2.3.8 Economics............................................................................................................................................ 66
2.3.9.4 Collection of lease rent, rent, services charges and water charges.......................... 72
3.36.6 Failure to agree with Terms and Conditions of this RFP ............................................... 133
4.3.1.14 SAP Application Monitoring & Ensuring Compliance to SLA .............................. 166
4.3.1.15 SAP Application Support Services for 5years post go-live ................................... 166
4.3.1.16 Contingency Plans for Application & Data Recovery ............................................. 167
5.3 Service levels for Helpdesk, Application and System Availability ....................................... 218
5.4 Service levels for Out Bound Call Centre and Integration with External Systems ........ 264
5.5 Service Levels for Roll out of the Project ........................................................................................ 267
5.7 Service Levels for Change Requests and Penalty Applicable ................................................. 277
8.3 Format for Furnishing Incorporation and Business Commencement Details of the
Bidder and Members of the Consortium ....................................................................................................... 293
8.4 Format for Furnishing Information about Lead Member and Other Member of the
Consortium on their Respective Roles and Responsibilities ................................................................ 294
10.1 Declaration of not being banned by the Government of Maharashtra ............................... 302
11.2.3.4 TQ 1.4: Application Experience in relevant Domain (Real Estate Domain) . 329
Disclaimer
a. City and Industrial Development Corporation of Maharashtra Limited ("CIDCO") has
taken adequate care in the preparation of the Request for Proposal (RFP Document).
Nevertheless the Bidder should satisfy itself that the RFP Document is complete in all
respects. Intimation of any discrepancy shall be given to this office immediately. If no
intimation is received by this office, from any Bidder within five days from the date of
issue of this document, it shall be considered that the issued document, which has been
received by the Bidder, is complete in all respects.
b. Neither CIDCO, nor its employees, consultants, advisors accept any liability or
responsibility for the accuracy or completeness of, nor make any representation or
warranty - express or implied, with respect to the information contained in the RFP
Document, or on which the RFP Document is based, or any other information or
representations supplied or made in connection with the Selection Process.
c. Neither CIDCO nor its employees or consultants will have any liability to any Bidder or
any other person under any law, statute, rules or regulations or otherwise for any loss,
expense or damage which may arise from or be incurred or suffered in connection with
any information contained in this RFP Document, any matter deemed to form part of
this RFP Document, the award of the Project, the information and any other information
supplied by or on behalf of CIDCO or their employees or any consultants or otherwise
arising in any way from the Selection Process for the Project.
d. The RFP Document does not address concerns relating to diverse investment objectives,
financial situation and particular needs of each party. The RFP Document is not intended
to provide the basis for any investment decision and each Bidder must make its / their
own independent assessment in respect of various aspects of the techno-economic
feasibilities of the Project. No person has been authorized by CIDCO to give any
information or to make any representation not contained in the RFP Document.
e. Nothing in the RFP Document is, or should be relied on, as a promise or representation
as to the future. In furnishing the RFP Document, neither CIDCO, nor its employees,
advisors undertake to provide the recipient with access to any additional information or
to update the RFP Document or to correct any perceived inaccuracies therein.
f. CIDCO or its authorized officers / representatives / advisors reserve the right, without
prior notice, to change the procedure for the selection of the Successful Bidder or
terminate discussions and the delivery of information at any time before the signing of
any agreement for the Project, without assigning reasons thereof.
g. CIDCO reserves the right to reject any or all of the Bids submitted in response to the RFP
Document at any stage without assigning any reasons whatsoever. And CIDCO also
reserves the right to change any or all of the provisions of the RFP Document. Such
changes will be intimated to all the Bidders.
h. Upon the receipt of this RFP Document the Bidder acknowledges the terms and
conditions of this RFP Document. CIDCO further reserves the right to change, modify,
add to or alter the selection process including of additional evaluation criteria. Any
change in the selection process shall be intimated to all Bidders.
Glossary
Sr. No. Abbreviation Description
7 FI Finance
15 MM Material Management
22 PQ Pre-Qualification
23 PS Project Systems
24 RE Real Estate
Key Terms
For the purpose of this RFP, some key terms have been defined as below:
Term Definition
This means any day that is not a Sunday or a public holiday (as declared by
Business Day
Government of Maharashtra).
The time period from date of signing of Contract with selected Bidder till 5
Contract
Years after Go-live of the Project or as further extended by CIDCO.
Term Definition
The Lead Member is the Member who has major stake in the Consortium
and has the authority to conduct all businesses for and on behalf of any and
Lead Member
all the parties during the bidding process and, in the event the of award the
Contract, during contract execution.
Letter of This refers to the letter issued by CIDCO to the successful Bidder indicating
Acceptance its selection as the Bidder for implementation of the Project
The Other Member in the Consortium is the Member who is not the Lead
Other Member
Member of Consortium.
The sum of subscribed and paid up equity and reserves from which shall be
deducted the sum of revaluation reserves, miscellaneous expenditure not
Net-worth
written off and reserves not available for distribution to equity
shareholders.
This means the Request for Proposal released vide Bid document Ref No:
C.A. No. C.A. No. 03/CIDCO/SM/2014-15 dated October 21, 2014,
Term Definition
in respect thereof.
Implementation Agency means the company with whom the Contract has
been entered into for providing services as specified in this RFP and shall
Implementation be deemed to include the Bidder's successors, partners (in case of
Agency / SI Consortium), representatives (approved by CIDCO), their executors, and
administrators and permitted assigns, as the case may be, unless excluded
by the terms of the Contract.
Value (inclusive of all taxes, levies, duties and charges but exclusive of
Total Contract
service tax) finally agreed between CIDCO and the Bidder for the delivery of
Value/ Contract
Services mentioned in the RFP (after negotiations with the SI); which will
Value
be the maximum value payable to the Bidder for this Project.
The total amount of gross receipts, on account of sales done by the entity in
Turnover the normal course of business, as per the annual report and as adjusted
with any qualifications in the auditors' report.
This means the internal and external users of the System including citizens,
Users business firms/ Suppliers of CIDCO including its offices, government
agencies and their employees, as the context admits or requires.
3. Bidder is advised to study this RFP document carefully before submitting their proposals in
response to the RFP Notice. Submission of a proposal in response to this notice shall be
deemed to have been done after careful study and examination of this document with full
understanding of its terms, conditions and implications.
2. Date, Time and place of pre- bid meeting 03/11/2014, 15:00hrs, Conference Hall,
2nd Floor, CIDCO Bhavan, CBD Belapur,
Navi Mumbai - 400 614
4. Last date to send in requests for The Bidders are requested to send their
clarifications Pre-bid queries by email to
sm.dc@cidco.maharashtra.gov.in not later
than 05/11/2014 17:00hrs
2 Introduction
CIDCO began the city development process with the seed capital and land acquired from the
Project Affected Persons. These acquired land parcels have contributed to creation of city’s road
network, railway corridor/ MRTS, agriculture produce market, office complexes, housing units,
community centres, gardens, playgrounds etc. These facilities and amenities now cater to the
requirement of nearly 20lakh people. The benefits of this development have been shared with
the Project Affected Persons on whose land the project is built. The proposed Navi Mumbai
International Airport will further enhance the accessibility. The Navi Mumbai Special Economic
Zone (NMSEZ) being developed at Dronagiri in southern Navi Mumbai is expected to
tremendously boost the economic activity in this region.
Planned and built by CIDCO, Navi Mumbai has the distinction of being the only city of India that
has featured in the National Geographical Channel’s Super cities of the World Series (2007).
Navi Mumbai, which is considered as the counter magnet to Mumbai, spreads over 344sq.km.
This is being developed as a series of self-contained nodes strung along an efficient Mass
Transport System.
A host of unique projects such as Integrated Seawoods railway station commercial complex,
International Diplomatic Enclave at Airoli, the CIDCO Exhibition Centre at Vashi, Central Park at
Kharghar, Golf course and Country club at Kharghar and the like are expected to catapult Navi
Mumbai on the World map.
CIDCO is a self-sustaining organization, which gets its revenues mainly from selling plots, and
built-up land for different land uses such as residential, commercial, industrial, etc. In some
areas it also manages the functions of a municipal organization.
Navi Mumbai strategically located on the proposed Mumbai Pune ‘Knowledge Corridor’ has
been receiving a lot of thrust with respect to Information Technology. CIDCO, currently, is in the
process of improving efficiency and effectiveness in day-to-day operations by implementing
state-of-the-art technologies and best practices. This initiative will cover the aspects of urban
planning, development and administration in alignment with existing departmental processes
and goals while ensuring a cohesive workflow between departments and collaboration amongst
various stakeholders within and outside the organization.
New Towns include: New Aurangabad, New Nashik, New Nanded, Vasai – Virar Subregion, Waluj
Mahanagar, Meghdoot – New Nagpur, Chikhaldara Hill Station, Latur Fringe Area, Oros
Sindhudurg, Aurangabad Fringe Area, Khopta, Jalna New Town, NAINA
Nodes in Navi Mumbai include: Airoli, Ghansoli, Koper Khairne, Vashi, Sanpada, Nerul, Belapur,
Kharghar, Kalamboli, Panvel, Ulwe, Dronagiri, Kamothe
This department undertakes the assessment of Land requirement and conducts a feasibility report. It prepares a Land Source plan to prepare
proposals for various land transfer / Acquisition. It then undertakes land procurement activities to secure the land with consultation with Legal
department for various governing acts and then a plan is laid out for its development and proposed use. It coordinates with various departments
thereafter for planning, approvals, budgets, maintenance, estate, marketing etc. for various steps of the development plan. It also undertakes the
12.5% schemes for project affected people (PAP) to determine their eligibility and allocation activities. PAPs approach the court of law in cases
where they are not willing to sell their land to CIDCO. These cases are called as “Enhancement cases” and are handled by Special Land Officers who
report to the Land and Revenue Commissioner (State Government).
Stop
Start
Layout is approved in
Application for allotment of plot along with the Board meeting
awards document is received by Lands 12.5%
Section
Draw is conducted for
allotment of plots under
Lands 12.5% scheme
Forward the application for verification of
documents and identity of the PAP applicant to
the surveyor Letter of Intent is issued to
the candidates selected in
draw
Verify documents and Proof of Identification
identity of the PAP Indemnity Bond
applicant Affidavit
Request for additional Domicile
documents if required
Check for Court Cases
Encroachments
If the applicant is
Scrutiny of eligibility is No ineligible, then reject
done by CLSO Scrutiny and Final
the application Submission of Files for
approval
Yes
Continued
A Continued
Agreement to Lease
Stop
Stop
Concerned Officer
Checks if there
attaches the objections in
is any legal suit No
the respective file for
in the objection
future reference
Yes
Prepares a request for status report
of legal suit and send it to assigned
Advocate
A
Continued
Stop
The department looks after envisioning and planning the project area, developing facility plots, housing for various income groups and regulating
the development of the city. It then follows up actions with various departments for execution and marketing of this plan. The Planning Section is
involved in the preparation of Development Plan, its approval and modification, from time to time. Thereafter, the planning process involves
identification of various projects for fulfilling its objectives, evaluation and preparation of nodal and sector plans, detailing of neighborhood and
cluster plans. The Architecture section looks after the architectural projects such as housing schemes, buildings of social facility, and other buildings
and coordinating with consultants for the same and providing architectural consultancy. CIDCO being the New Town Development Authority is
required to exercise control over the development in the project area under respective sections of the M.R.T.P. Act, 1966
The Planning Section also takes a review of the development policy and its interpretation, impact of new laws and regulations, 12.5% schemes for
project affected people, urban design proposals, consultancy projects and sundry works like preparation of drawings for marketing, execution of
agreements and confirmation of plot dimensions as per site conditions, suggestion of plots and changes in allotment conditions. The Architect has to
perform various activities i.e. site visits, preparation of the Project Report and sketch plan for discussion and taking approval of head of departments
and Sections. The working drawings are sent for structural designing to structural engineer. The marketing agreement drawings are also to be
prepared for the properties to be sold by CIDCO. Other works like organizing presentations, preparing Board notes, attending meetings with
Government officials or Engineering Department etc. are part of job of Architecture Department.
Approval of CP
Approval of Competent authority-land use
change committee
Stop
Approval of CP
Approval of Competent authority-land use
change committee
Stop
Stop
Procedure of suggestion/,objections
Hearing by designated committee
Policy prepared by section concerned Modified policy submitted to govt for
approval
Stop
Layout prepared based on data received Based on survey final drawings prepared
and preliminary feedback Plot confirmed
Layout modified
SAP Entry is done
based on further feedback
M.D.
Jt. MD
Chief Planner
General Application / Reply to the Applicant
Queries
Add. Chief
Planner
Sr. Planner
Associate
Planner
G.M.Admin
Payment to
the Accounts
Reply to the section for
PIO(Planning)
applicant information
PIO(Planning)
Senior Planner
Copy of reply
& application Information is
forwarded to handed over to
department applicant
Associate concerned
Planner If applicant is Appellate authority
not satisfied
with the
Deputy Planner information Hearing held by
· Examine the application received, then appellate with PIO
· Prepare draft reply with he appeals and the applicant
consultation with seniors again
· After getting approval from PIO, put up
fair reply under signature of PIO within Appeal Order
30 days of receiving application issued
Proposal is not
If documents Stop
processed and applicant
received are as per No
is asked to provide the
requirement required documents
Yes
Stop
2.3.3 Engineering
The technical execution of the plans as per layout plan given by Planning department is carried out by the Engineering department. It involves
planning and designing the Roads and Railways, Water supply and sewerage, Storm water and Reclamation and Mass Housing Schemes. It is
responsible for Technical checking of electrical proposals, Coordination with MSEB, Supervision of capital and maintenance works of electrical
section, Kharghar power supply infrastructure. It monitors progress on Projects and has coordination with Accounts and Economics departments.
Structural designing of buildings, bridges etc. is carried out by this section. The frame analysis of the structure under consideration is carried out and
modifications if required by the Architecture section or Site are incorporated. Reclamation of the land is planned based on the site survey which
provides details of the topography of the land, contour survey, dimensions and other attributes. All such details are required while planning for
reclamation and road design. The Water Supply and Sewerage design activity includes planning, designing and execution of water supply and
sewerage projects. This involves billing water charges and requires liaison with other departments.
Registration certificate
Stop
Approval of Board of
Directors/competent
Project is accepted
Project is rejected
WBS element creation
Land Acquisition
Engg. Survey
Y
N
Stop
N Responsible
engineer as per
Project designations are
Identification Status assigned jobs
is OK?
Project
Y Project is rejected Management Execute Project
N
Consultant is without PMC
Engg. Team required?
proposed for the
project Y
Consultant is
appointed
Project Team
N
formed?
Estimate is created
Y
Project Budget
Process of tendering
Preparation of Stop
estimate
Project is approved
Approval of vendor’s
revised schedule
Approval of vendor’s
schedule
Y
Stop
N
Create watch and ward arrangement and
estimate
Stop
Start
Deficiency in Stop
Approval from competent authority
documents
2.3.4 Marketing
The department is responsible for disposal of the plots for residential, commercial, Commercial-cum-residential & other uses through open RFP only.
It also disposes Housing schemes for various income groups through public advertisement. It has to undertake pre-marketing activities to identify
properties and obtain their marketing drawings with consultation from the Planning department. It then confirms demarcation plans and
undertakes site visits and comes up with a suitable marketing strategy. It releases Advertisements in consultation with PRO. Post Marketing
Allotment of the property is done via issuance of allotments letters and receiving the payments thereof wherein pricing of plots is done along with
the Economics department. Execution of Agreement is carried out and possession is handed over to the respective tenant. The files are then
forwarded to the Estate Department for property record and further process of observance of the terms and conditions of the lease agreement /
agreement to sale etc.
Approved
Scheme Booklet
Planning Advt. & PRO
Creation of
Department Printing of Department
material
booklets
Sale of Booklets
Submission of tenders
Opening of tenders
Accounts
Receipt of lease premium
Department
Completion of payment
Yes Is No
agreement
executed?
Stop
Start
Processing of request
Accounts
Receipt of lease premium
Department
Completion of payment
Yes Is No
agreement
executed?
Stop
Start
Planning Economics
Layout of plots Pricing of plots
Department Department
Important information:
· On completion of terms
Draft Scheme Booklet and conditions of letter of
allotment, marketing
Dept. issues letter to
CHS for execution of
Approval of the Draft scheme booklet agreement
· CHS given 60 days to
complete formalities of
Approved
paying stamp duty and
Scheme Booklet execute the agreement.
· After Agreement is
Advt. &
Planning SAP entry for PRO executed, role of
Printing of
Department plots Department marketing department
booklets ceases and all future
transaction on the said
Scheme publication plot carried out by Estate
Dept.
Accounts
Receipt of lease premium
Department
Completion of payment
Yes Is No
agreement
executed?
Stop
Start
Approved Scheme
Advt. &
Planning Creation of PRO
Printing of
Department material Department
booklets
Opening of tenders
Accounts
Receipt of lease premium
Department
Completion of payment
Is No
Yes agreement
executed?
Execution of Agreement: Extension for specified
period on payment of watch & ward
Payment again routed through SAP charges
Mkt. Dept. issues copy of ATL for
Agreement Accounts
payment of Stamp Duty
execution? Department
Execution of Agreement and handing
over plot to Allottee Yes No Execution of Agreement :Failure to
execute ATL within stipulated/
extended period (plot lost) ; Allotment
terminated after deducting a certain
percentage from lease premium and
balance amount refunded
Stop
2.3.5 Estate
Estate Department is the custodian of all lands and built-up premises and is responsible for all post Agreement functions for the entire lease period
of 60 years. It maintains all the records of the properties disposed by the Corporation and monitors the conditions of the lease. It formulates,
regulates, implements, and controls all policies pertaining to management of the leasehold properties of the Corporation. Further it generates
revenues for the Corporation by collecting Additional Lease Premium, rent, penalties, various fees/ charges etc.
After allotment of Land / constructed premises and execution of respective Agreements by the Marketing Department / Social Services Dept. / Chief
Health Officer/ Lands Department, these files are handed over to concerned Manager (Town Services) for record. Here onwards the role of the
Estate Department begins up till the entire lease period of 60 years. Coordination between Accounts for recovery of charges/lease rent and with the
Legal Department for initiating legal proceedings is undertaken. In case of unauthorized constructions, the CUC department is informed.
2.3.5.1 Estate department activities for Customers who bought plotted premises
Start
Yes
Permanent connection & Issue of Occupancy Accounts
Certificate Department
Stop
Scrutinize the application and all the related Provide NOC for registration of
enclosures and sends feedback to the OA sale agreement to applicant
The CUC Department deals with action against unauthorized development/constructions in contravention of the provisions of the Maharashtra
Regional & Town Planning Act 1966, especially Sections 52 to 55. If any unauthorized constructions/encroachments are observed, then a report to
that effect is made to the CUC where after, the surveyors / draftsmen are deployed to get the details of such unauthorized development viz. location,
survey numbers, plot numbers, dimensions of the unauthorized structure, type of use etc. On receipt of such reports, the ACUC get the notices
prepared under section 53, 54 or 55 as the case may be, and issues the same to the concerned unauthorized constructions. The period for
compliance of the notice is 15/32 days, as prescribed in the MRTP Act 1966. Wherever the persons carrying out the unauthorized constructions fail
to comply with the notices, such unauthorized constructions are included in the list of structures where demolitions are requiring to be carried out.
In addition to the above work, this Department has to deal with a number of court cases.
Start
If the decision is to
Governed by the reject the reply or After notice period is
Complaints received from various
MRTP Act 1966 incase reply to the
CIDCO department based on various No completed court case
survey as well from citizens notice is not is pursued
received
The task of T &C Planning and Communication department is planning, design and execution of Traffic and Transportation Infrastructures as well as
telecommunication system. This department consists of two wings namely; Transportation Planning & Engineering Wing (TP&E Wing) and Civil
Engineering Wing (CE Wing). TP&E Wing is mostly engaged in Planning, Design and Preparation of working drawings for various transportation
infrastructures which are to be executed either by CE Wing of T&C Department or by Engineering Department. TP&E Wing is also involved in
execution of works related to Traffic management such as Traffic Signals, Pavement Markings, Traffic Signs, Operation of Pay & Park Systems at
Truck Terminals & Railway Stations forecourt areas and Telecommunication works. The department is also involved in implementation of Port
Connectivity Project.
2.3.7.2 Certification of Zoning Maps & Authentication of Plot Coordinates for Height NOC through NOCAS system of AAI
Start
Submission of application to
CGM(T&A) in the given format
Acceptance of application
Issued by TE(S-I&A)
Stop
Acceptance of Application
Scrutiny by SE (TEL) for OFC
Submission of workplan by
agency
Commencement of work
Stop
2.3.8 Economics
Navi Mumbai and other new town projects are taken up on self-financing basis by using land as prime source of revenue. So project costing and land
pricing has to be done scientifically to ensure that entire infrastructure development cost is recovered through the sale of land. Economics Section
receives the files/proposals from the sections like Estate Section, Marketing Section, GM (IT & SP)’s Section, M (Rhb)’s Section to work out the Base
Rate, Fixed Rate, Economic Rent and Additional Lease Rent. It is responsible for preparation of Project Report of each Node from time to time. It
ensures fixation of "Reserve Price" of Balance Saleable Land of each Node based on Project Report or as a Marketing Strategy for each year. The
Financial and Economic Viability study of each new Project is undertaken by the department. From time to time it formulates New Land Pricing
Policy. It also fixes Sale Price of CIDCO constructed tenements/shops etc. (based on the Final Completion Cost of Building furnished by Engineering
Section and Plot/B.U. area details furnished by Planning/Architectural Section). It also advises the Management on issues pertaining to land pricing
etc.
Information from
Information from Engineering on projects
planning on balance to be executed and their
saleable land budget
Stop
Accounts & Finance Department performs three basic functions, viz. Accounting, Finance and Receipt and Payments. Under Accounting it maintains
the books of accounts in accordance with the rules and performs internal check of transactions affecting the receipts and expenditure. The Finance
function is responsible for tendering advice to the Management in all matters involving corporate finance. It compiles and controls budget (including
Treasury operations) in consultation with other departments. The investments of surplus funds are undertaken per the Government of Maharashtra
Directives. It also enables Debt Servicing and ensures no financial irregularities are present in the transactions. The Receipt and Payments function
collects and deposits Receipts. It prepares payment schedule and arranges payment to the Vendors and employees accordingly along with making
payment to the payees. Payroll processing is handled by this department as per the attendance details provided by the personnel department. CIDCO
has its own provident fund trust, which transfers the provident fund to the trust on monthly basis and maintenance of PF register and tallying with
the GL balances.
Start
Stop
Start
Stop
Stop
2.3.9.4 Collection of lease rent, rent, services charges and water charges
Start
Stop
Start
Submission of DD to bank
Stop
Verification of documents
Stop
Request for fund position from The CPF amount collected every
Finance department month is kept in fixed deposit to get
interest benefit
Stop
Disbursement of CPF
amount, gratuity to account of
respective employee from
CIDCO Provident fund trust
account
Stop
2.3.9.10 Financial Concurrence for Administrative Approval / Rate & Agency Acceptance
Start
Stop
The Public Relations Dept. acts as an Interface between the Corporation and the Public at large. It uses the print media, electronic media, internet,
photographs, website, press notes, handouts, information brochures, articles, news and other communication tools to inculcate information about
the Corporation. It also uses different vehicles of modern communication such as In-house journal, exhibitions, cultural interface, as a means to
provide information and strengthen relationship. As a Corporate Communication Dept. of the Corporation, it releases the marketing, corporate, civil
and other notices to attract specific customers. The Public Relations Dept. provides information to its customers, maintains clip bank, data bank,
prepares design layouts for quality information brochures, prepares corporate films, power-point presentation, organizes press visits, press
conferences, releases news and feature articles about the Corporation, its achievements, new projects, organizes interviews of its senior officials
with media, etc.
Start
Stop
Send to AO(Store)
Evaluation by for payment
PRO (Accounts)
Start
Stop
The IT team works closely with most of Departments. Some of the activities spans across supporting daily Department based transactions and tasks
(e.g. processing payroll; maintaining HR data, Calculating taxes for a payroll day; calculating time, leave management; biometric machine
management; PAP student disbursements monitoring; Lands data management and generating MIS reporting etc.). IT team also has development
team who develops / generates and maintain various MIS reports (CFC; Lands, Scanning etc.); custom applications e.g. legal tracking for Lands
12.5%; Estate 3rd party software; Kiosk software; Integrated EDMS; CFC software; Tapaal software etc.
IT Department manages facility management centre that helps CIDCO in resolving day-day networking – PC issues, asset management, server
management, VC management etc. The IT Team is currently gearing up towards SAP implementation by establishing the process of forming IT core
teams across CIDCO’s Departments; reassessing Departments business processes; developing implementation strategies; constitute a Committee for
an overall vision and provide a PMU – Project Management Unit to provide technology related expertise, governance and manage various projects to
build an integrated and one single system across CIDCO.
Preparation of Comparative
Preparation of Estimate
Statement
Stop
Start
Willingness
Preparation of Proposal Letter from
Vendor
Approval Process
Performa Invoice
Preparation of P.O.
Preparation of SLA
Issue of P.O
Stop
2.3.12 Statistics
The department undertakes various surveys and studies as per requirement of CIDCO. It provides benchmark progress of the city and valuable
direction for future planning to help fix the planning norms for physical and social infrastructure and public utilities. It presents development trends,
economic growth, demographic changes, land utilization and market need. It assists the Planning department by providing statistical information
and basic data required at Planning Stage from secondary and primary sources.
2.3.13 Legal
The department gives legal opinion on various legal issues for the purpose of taking administrative decisions referred by the concerned
departments. It appoints a panel of advocates for defending the court cases on behalf of the Corporation. It is involved in preparation / approval of
the written statements / affidavits to be filed in various court matters. Along with Accounts department it manages settlement of professional fees
payable to the advocates. Co-ordination of the court cases with the advocates and the various departments of the Corporation are also managed by
the department.
Recording opinion
by Law officer
Stop
To meet the social facility needs of people of different community background & to meet their socio-cultural, educational, religious, spiritual, sports
etc. needs, social services department brings in various social facilities in different nodes by formulation/review of policies pertaining to allotment of
various Social Facility plots and disposal of plots as per Navi Mumbai Land Disposal Regulations (Amendment), 2008. The plots are allotted after the
compliance of required formalities & to undertake the same task a team of professionals from social work background are appointed. It also allots
plots for Crematorium, burial grounds to local bodies / Trusts for upkeep and maintenance.
Start
Evaluation of applications
Proposal initiation
Payment
made
Refund of EMD through
C. T. Sale of Booklet SAP
At Social Services Section
(SSO), CIDCO Bhavan,
Belapur / Nirmal Office Payment collection
Payment Accounts
verification section
Receipt of applications from Applicants
Stop
2.3.15 Health
This department has been carrying out Public Health activities to provide health and sanitization services to the citizens. It undertakes Malaria &
Vector Control, Allotment of plots for Hospitals, Dog Sterilization, Medical bill scrutiny, Medical Examination of CIDCO employees, Sanitation work,
Garbage collection, transportation & disposal through the ghantagadi, Issuing of Public Health NOC for occupancy certificate for building permission
and controlling problem of Stray animals.
Resubmission of documents
Issue of NOC
Rehabilitation Department issues stipend for PAP’s students. It provides computer training for PAP’s (Microsoft office, MS-CIT, C.C. in programming
P.C. Maintenance & Hardware Networking, C.C. in Accounting & Office Automation). Allotment of Land for PAP’s trust for school & colleges,
Community centre, MahilaMandal and Temples is also overlooked by the department. It provides financial aids to construct a school & colleges
established by PAP trust. Activities for the PAP villages are carried out under GIA Scheme and are implemented by engineering department.
Proposal
Stop
SFC Approval
Management
Approval
2.3.17 Personnel
The functions of the Personnel dept. include Recruitment, leaves, transfers and promotions of employees as per the prevailing rules of the
Corporation. It undertakes Performance appraisal review and processing. The pay fixation is as per Govt. rules. It has to Formulate and implement
employee and welfare policies. It organizes trainings for the employees and maintains all records of the employees. Further it arranges super
annuity payments of the employees retiring from the Corporation. In addition to the above the personnel department also handles all works relating
to the Housekeeping, Security and Fire Department.
2.3.17.1.1 Promotion
Start
MP sends it to Establishment
Employees are intimated of their section
promotion and which Is review Probation
department they have to join in satisfactory? continues
which capacity.
It moves in the following
fashion
Employees have the option to Yes
APO -> FO -> CT (process the
join or not join. If they do not updation of file) -> APO ->
join then the promotion
Accounts
becomes invalid. Employee is confirmed
Stop
Employee applies
for leave.
Application form Leave is approved only when
submitted to HOD EL available is more than 15
days.
Leave is approved
Is sufficient
Yes A
EL available?
No
Leave is rejected
Start
Stop
Stop
2.3.18 Administration
CIDCO being a Company formed under the Companies Act 1956 and the State Government having fully subscribed its share capital; its functions are
controlled by the Government in Urban Development Department through the Board of Directors. Hence there is a consistent need to effectively
liaison with the Urban Development Department in Mantralaya for many of its functions. This is the primary function of general administration
department. Further this department also liaisons with other Government departments. All letters, correspondence etc. issued to the
Government/Semi Government Bodies / Authorities /Ministers, MPs/MLAs etc. are primarily got approved by the concerned HODs from the JMD or
MD and subsequently issued under the signature of the G.M. (Admin). In addition to the above, this Department coordinates all the work related to
the weekly meeting being conducted by the Hon. Guardian Minister for Thane.
Start
Stop
The Department seeks, compiles and provides to the Directors, the agenda for the meetings of the Board of Directors along with notices of the
Annual General Meetings to the shareholders and others. It files returns with the Registrar of Companies and ensure compliance of the statutory
provisions relating to the Companies Act for and on behalf of the Corporation. It is required to maintain / preserve secretarial records under the
Companies Act, 1956. The department advises the Board of Directors and officers of the Corporation on any issues pertaining to the Companies Act,
1956. It executes documents for and on behalf of the Corporation and affix common seal as authorized by the Board, from time to time.
3 Instructions to Bidders
CIDCO will select IT Companies competing as a single entity or as a Consortium in accordance
with the method of selection specified in these ‘Instructions to Bidders’ (ITB) for Selection of
Bidder for Implementation of Integrated SAP for CIDCO. This Request for proposal is open
to all Bidders meeting the pre-qualification criteria of the RFP
3.1 General
a) While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own
conclusions about the solution needed to meet the requirements. Bidders and recipients
of this RFP may wish to consult their own legal advisors in relation to this RFP
c) No commitment of any kind, contractual or otherwise shall exist unless and until a
formal written contract has been executed by or on behalf of CIDCO. Any notification of
preferred bidder status by CIDCO shall not give rise to any enforceable rights by the
Bidder. CIDCO may cancel this public procurement at any time prior to a formal written
contract being executed by or on behalf of CIDCO
d) This RFP supercedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications
3.2 Eligibility
a) Only Companies that are registered or incorporated in India under Companies Act 1956
are eligible to compete as a single entity or in a Consortium
b) The eligibility of the Company will be adjudged based on the prequalification criteria
mentioned in the RFP document
c) The Financial and Technical credential of the Single Entity /Consortium Partners shall
only be considered for evaluating the proposal
e) Responsiveness: The Company should have submitted the proposal in accordance with
the guidelines in the Instructions to Bidders along with the following:
2. The Bidder (All Partners in case of A self-certified letter signed by the Consortium)
should not have been banned Authorized Signatory of the Bidder (for or terminated
from participating in any of Lead Member and for Other Member). Also,
the Tenders by Government of Maharashtra both the Bidders (Lead and Other Member)
as on date of submission of the Bid. Also, should enter into an ‘Integrity Pact’ – copy the
Bidder (Lead Member and Other of the Integrity Pact should be provided, if Member in
case of Consortium) shall not be selected post RFP stage. under a Declaration of
Ineligibility for
Corrupt or Fraudulent Practices with any of
the Government or Public Sector Units.
3. Power of Attorney in the name of the Power of Attorney, in the name of person
person signing the RFP signing the RFP, authorizing him to submit
/ execute this Agreement as a binding
document.
CIDCO.
5. Consortium Agreement and Declaration (in Bidder shall furnish the Agreement signed
case of Consortium) between the Lead Member and the Other
Member. Bidder shall furnish the
Declaration as per the appended format.
A Bidder cannot be recruited to carry out an assignment that, by its nature, will result in conflict
with another assignment of such Bidder. For example, a Bidder engaged to prepare engineering
design for an infrastructure project shall not be recruited to prepare an independent
environmental assessment or to proof check the designs for the same project. Similarly, a
Bidder assisting a client in privatization of public assets shall neither purchase nor advise
purchasers of such assets or a Bidder hired to prepare Terms of Reference for an assignment
shall not be recruited for the assignment in question.
a) For the purpose of this provision, the terms are defined and are set forth as
follows:
i. “Corrupt Practice” means behaviour on the part of officials in the public or private
sectors by which they improperly and unlawfully enrich themselves and/or those
close to them, or induce others to do so, by misusing the position in which they are
placed, and it includes the offering, giving, receiving, or soliciting of anything of
value to influence the action of any such official in the procurement process or in
contract execution
ii. “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
borrower, and includes collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial, non-competitive levels and
to deprive the borrower of the benefits of free and open competition
b) CIDCO will reject Proposal for award if it determines that the bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract
c) CIDCO will declare a Company ineligible either indefinitely or for a stated period of time,
to be awarded a contract if it, at any time, determines that the Company has engaged in
corrupt or fraudulent practices in competing for, or in executing, and the assignments
awarded by CIDCO
b) In case the Bidder proposes any Government employee as an Expert, the Bidder shall
deploy such personnel within the agreed deployment period and submit the NOC/
approval of the concerned Government Department prior to deployment
a) The number of Consortium members cannot exceed two, including the Lead Member
b) The Lead Member should have the majority stake in the Consortium; stake being
calculated from the detailed roles and responsibilities defined for the Consortium and as
declared in the RFP document. The value for various services provided would be
verified from the Commercial Proposal after opening of the Commercial Proposal
c) Only the Lead Member will submit the Proposal and sign the Contract with CIDCO
d) The sole responsibility of execution of the Contract would be that of the Lead Member
only
e) Consortium member (Other Member) cannot be a part of more than one Consortium
participating in this Bid. Only one Bid will be allowed from a Consortium arrangement.
The Consortium Member is not allowed to bid individually
f) The rates quoted in the bid are inclusive of all taxes but exclusive of Service Tax. In case
of a Consortium Bid, the Lead Member would need to submit the Consortium Agreement
as per the specified format in the RFP document. The Agreement between the
Consortium members for the Contract should clearly indicate their roles and
responsibility, relationship and details of revenue sharing among the consortium
members. Such Agreement should be prepared on a stamp paper of Rs. 500.00 and is
required to be submitted along with the Pre-qualification Proposal
3.10 Sub-contracting
Named Subcontractor may be allowed. The details of Subcontractor, along with a copy of the
Agreement / Memorandum of Understanding (without any Commercial terms) shall be
submitted along with the Technical Bid. Core functions like SAP implementation, DC & DR
implementation, Hardware Support cannot be subcontracted. The Subcontractor once named
cannot be changed during the course of the Project. Total value of the subcontractor portion
cannot exceed 20% of Bid Value.
Supporting documents to be
# Criterion
submitted with the Bid
PQ-2 The Bidder / Lead Member in case of Work orders confirming year and area of
Consortium should be engaged in ITactivity, signed and stamped by
related activities / services for at least Authorized Signatory of the Bidder (for
last 5 years as on 31st March 2014. ITboth - Lead Member and Other Member).
related activities / services should mean
Projects involving Development of
Software Applications, SAP
Implementation, System Integration.
PQ-3 The Bidder / Lead Member in case of Certificate from Authorized person in HR
Consortium must have on its roll IT staff Department of the Bidder (Lead Member
(across offices) of at least 100 SAPin case of Consortium) for exact number
qualified professionals out of which atof professionally qualified Personnel on
least 25 professionals must be certified the rolls of the Company.
PQ-4 The Bidder (Lead Member in case ofAudited Balance Sheet and Profit & Loss
Consortium) should have average annual Account Statement of the Bidder (Lead
turnover of at least Rs. 200 Crores from Member and Other Member in case of
IT Services (Development of SoftwareConsortium) for each of the last 3 audited
Applications, System Integration,financial years FY 10-11, FY 11-12 and FY
providing Networking Support,12-13.
Deployment, Operational and
Maintenance Services for IT
infrastructure, DC etc.) for the last 3 fiscal Certificate duly signed by Statutory
years and a minimum annual turnover Auditor of the Bidder for total turnover
should not be less than Rs. 100 Crores in and turnover from IT services.
any of the last three audited financial
years (FY 11-12, FY 12-13 and FY 13-14).
Supporting documents to be
# Criterion
submitted with the Bid
PQ-5 The Bidder (All Members of theCopy of the Audited Balance Sheet of the
Consortium) should have positive NetCompany(s).
Worth as on 31st March 2014.
CA Certificate from Statutory Auditor to
certify the positive Net Worth.
a) Hardware Procurement,
Deployment,
Commissioning
b) Data Centre or DR Site
setup
c) Operations and
Maintenance of IT
Infrastructure
II. Aggregate value of all 3 Projects
should be at least Rs. 25 Crores
(in case of Projects started
earlier, the value considered for
evaluation will be the total value
of Project delivered during the 10
Supporting documents to be
# Criterion
submitted with the Bid
year period).
III. 1 of the 3 Projects, rollout should
have been completed and
running successfully in India.
PQ-9 The Bidder (Lead Member providing the Copy of the Certificate(s) signed and
SAP Application Development /stamped by the Authorized Signatory of
Customization, Deployment andthe Bidder.
Maintenance of Scope of Work) should
have an active CMMi Level 5 Certification
b) The EMD of all unsuccessful Bidders would be refunded by CIDCO after the selection of
Bidder. The Bid Security, for the amount mentioned above, of the successful Bidder
would be returned upon submission of Performance Bank Guarantee (PBG) for an
amount equal to 10% of Total Contract Value in the format provided in the RFP
c) No interest will be paid by CIDCO on the EMD amount and EMD will be refunded to the
all Bidders (including the successful Bidder) without any accrued interest on it
d) The Bid submitted without EMD, mentioned above, will be summarily rejected
CIDCO will endeavor to provide a complete, accurate, and timely response to all queries /
clarifications to all the Bidders. However, CIDCO shall not make any warranty as to the accuracy
and completeness of responses. The response to the queries will be published on
https://cidco.maharashtra.etenders.in.
b) Any such supplement / corrigendum / amendment will be binding on all the Bidders.
CIDCO will not be responsible for any misinterpretation of the provisions of this Tender
document on account of the Bidders failure to update the Bid documents based on
changes announced through the website
The Successful Bidder is also expected to own and operate the infrastructure for the entire
duration of the Project and transfer the same to CIDCO at the end of Project / termination of the
Contract; whichever is earlier.
Bidders shall furnish the required information on their Technical and Commercial Proposals in
the enclosed formats only. In case of any deviations in the format Bid will be liable for rejection.
a) Bidders Tool Kit link (detailed Help documents, designed for bidders) has been provided
on e-Tendering website (https://maharashtra.etenders.in/mah/toolkitBidder.asp) in
order to guide through different steps involved during e-Tendering such as online
procedure for tender document purchase, bid preparation, bid submission.
b) If any assistance is required regarding e-Tendering (registration / upload / download)
please contact e-Tendering Help Desk on number: + 91 20 25315555 / +91
9167969614.
c) The tender document is uploaded / released on CIDCO e-Tendering website
https://cidco.maharashtra.etenders.in. Tender document and supporting documents
may be downloaded from above mentioned link. Subsequently, bid has to be prepared
and submitted online ONLY on the e-Tendering portal.
d) Both the Bids (Technical as well as Commercial) shall have to be submitted online.
e) The date and time for online submission shall strictly apply in all cases. The tenderers
should ensure that the tender is prepared online before the expiry of the scheduled date
and time and then submitted online before the expiry of the scheduled date and time. No
delay on account of any cause will be entertained. Bid not submitted online will not be
entertained.
f) In the event of the specified date for the submission of Bids being declared a holiday, the
Bids can be submitted online up to the appointed time on the next working day for
which CIDCO will make necessary provisions.
g) CIDCO may, at its own discretion, extend the date for submission of bids. In such a case
all rights and obligations of CIDCO and the Bidders shall be applicable to the extended
time frame.
h) The Bid submitted as documents, by telex/telegram/fax/Email or any manner other
than specified in point ‘d’ of this section, will not be considered. No correspondence will
be entertained on this matter.
i) Printed terms and conditions of the bidders will not be considered as forming part of
their bid.
j) The amendment will be notified on tendering website
http://cidco.maharashtra.etenders.in. The amendment should be taken into
consideration by the Bidders while preparing their bids.
Particulars Instructions
Scanned copy of EMD should be submitted online. Original EMD should be
EMD
submitted (Physical submission only) at the address in the RFP.
Scanned copy of Demand Draft as Bid submission fee should be submitted
Demand Draft online. Demand Draft of Rs.10,500/- (including 5% VAT) from a
(Bid Nationalized/ Scheduled Bank in the name of CIDCO Ltd., payable at
submission fee) Mumbai must be submitted (Physical submission only) at the address in
the RFP.
Particulars Instructions
The Commercial Proposal will be submitted only through online bid
process.
Commercial
Proposal
Scanned copy of the Covering Letter of the Commercial Proposal should be
on the letterhead of the Bidder with a seal and signature of the authorized
Signatory of the Bidder.
Note: The front page of the proposal document shall indicate the name and address of the Bidder
agency.
b) CIDCO will not accept delivery of Proposal in any manner other than that specified in
this RFP. Proposal delivered in any other manner shall be treated as defective, invalid
and rejected
c) If any Bidder does not qualify the Pre-qualification criteria stated in the RFP document,
the Technical and Commercial Proposals of the Bidder shall not be opened. Similarly, if
the Bidder does not meet the Technical evaluation criteria, the Commercial Proposal of
the Bidder shall be returned unopened to the Bidder
d) It is required that the all the Bids submitted in response to this RFP should be
unconditional in all respects, failing which CIDCO reserves the right to reject the Bid
provided by the Bidder on the Technical Proposal during the evaluation of the technical
offer
d) Commercial Proposal shall not contain any technical information
travel / stay, daily allowance or any other allowances with respect to their staff
deployed for the execution of this Project before or after the award of the Contract
f) The price would be inclusive of all taxes, duties, charges and levies as applicable but
excluding service tax
g) The prices, once offered, must remain fixed and must not be subject to escalation for any
reason whatsoever within the period of the validity of the Proposal and the Contract. No
revision of the Total Contract Value shall be made on account of any variations in costs
of labour and materials, currency exchange fluctuations with international currency or
any other cost component affecting the total cost in fulfilling the obligations under the
Contract. A Proposal submitted with an adjustable price quotation or conditional
Proposal may be rejected as non-responsive
h) Bidder should provide all prices, quantities as per the prescribed format given in the
Commercial Bid format in the RFP document. In case the field is not applicable, Bidder
must indicate “0” (zero) in all such fields. In case the Bidder leaves a cell blank, it will be
taken as “0” (zero)
i) It is mandatory to provide the break-up of all components in the format specified for
detailed Bill- of-Material. The Commercial Proposal should include the unit price and
proposed number of units for each component provided in the Bill-of-Material (BoM)
j) The payments would be made to SI on the basis of the Total Contract value (inclusive of
all taxes, levies, charges and duties but excluding service tax) in the Commercial
Proposal submitted and further negotiations between CIDCO and the successful Bidder
only, subject to the terms of payment and performance levels specified in the Contract.
No additional or separate payment shall be made for services that are to be delivered by
the Bidder as part of his scope of work for this Project
k) All costs incurred due to delay of any sort, which is attributable to the Bidder, shall be
borne by the Bidder
3.28 Discount
The Bidders are advised not to offer any separate discount. Discount, if any, should be merged
with the quoted prices. Discount of any type, indicated separately, will not be taken into account
for evaluation purpose. However, in the event of such an offer, without considering discount, is
found to be the lowest, CIDCO shall avail such discount at the time of award of Contract. For
future purposes, Unit prices of all individual components will be discounted accordingly (by the
overall discount % in case overall discount % is given or by the individual component discount
% in case item wise discount given) to arrive at component-wise unit prices.
3.32 Disqualification
The Proposal is liable to be disqualified in the following cases or in case the Bidder fails to meet
the bidding requirements as indicated in this RFP:
a) Proposal not submitted in accordance with the procedure and formats prescribed in this
document or treated as non-conforming Proposal
b) During validity of the Proposal, or its extended period, if any, the Bidder increases his
quoted prices
c) The Bidder qualifies the Proposal with his own conditions
d) Proposal is received in incomplete form
e) Proposal is not accompanied by all the requisite documents
f) Proposal is not accompanied by the EMD
g) If the Bidder provides quotation only for a part of the Project
h) Information submitted in Technical Proposal is found to be misrepresented, incorrect or
false, accidentally, unwittingly or otherwise, at any time during the processing of the
Contract (no matter at what stage) or during the tenure of the Contract including the
extension period, if any
i) Commercial Proposal if enclosed with the Technical Proposal
j) Bidder tries to influence the Proposal evaluation process by unlawful / corrupt /
fraudulent means at any point of time during the Bid process
k) In case any one Bidder submits multiple Proposals or if common interests are found in
two or more Bidders, the Bidders are likely to be disqualified, unless additional
Proposals/Bidders are withdrawn upon notice immediately
l) While evaluating the Proposals, if it comes to CIDCO’s knowledge expressly or implied,
that some Bidders may have colluded in any manner whatsoever or otherwise joined to
form an alliance resulting in delaying the processing of Proposal then the Bidders so
involved are liable to be disqualified for this Contract as well as for a further period of
three years from participation in any of the RFPs floated by CIDCO
m) If the Bid Security, Pre-qualification Proposal, Technical Proposal contain any
information on price, pricing policy, pricing mechanism or any information indicative of
the commercial aspects of the Bid
n) Bidder fails to deposit the Performance Bank Guarantee (PBG) within 15 days or fails to
enter into a Contract within 30 Business Days of the date of issue of Letter of Acceptance
or within such extended period, as may be specified by CIDCO
h) During Bid opening, preliminary scrutiny of the Bid documents will be made to
determine whether they are complete, whether required Bid Security has been
furnished, whether the Documents have been properly signed, and whether the bids are
generally in order. Bids not conforming to such preliminary requirements will be prima
facie rejected. CIDCO has the right to reject the bid after due diligence is done
a) The Tender Evaluation Committee constituted by the CIDCO shall evaluate the bids
b) The Tender Evaluation Committee will review the Pre-qualification Proposal of the
Bidders to determine whether the requirements as mentioned in the RFP are met.
Incomplete or partial Proposals are liable for disqualification. All those Bidders whose
Pre-qualification Proposal meets the requirements would be selected for opening of the
Technical Proposal
c) The Tender Evaluation Committee shall review the Technical Proposal of the pre-
qualified Bidders to determine whether the Technical Proposals are substantially
responsive. Bids that are not substantially responsive shall be disqualified and the
Tender Evaluation Committee reserves the right to seek clarification if required
d) The Tender Evaluation Committee shall assign a Technical score to the Bidders based on
the Technical evaluation criteria detailed in the RFP. The Bidder with a technical score
above the threshold as specified in the RFP shall technically qualify for the commercial
evaluation stage
a) Bidders, whose EMD and RFP Document Fees are found in order, shall be considered for
Pre-Qualification criteria evaluation
b) Bidder shall be evaluated as per prequalification criteria mentioned in the RFP. The
bidders who fulfil all the Pre-Qualification criteria will qualify for further Technical
Evaluation
The evaluation of the Technical Proposals will be carried out in the following manner:
c) The Bidders' technical solution will be evaluated as per the requirements and evaluation
criteria as spelt out in the RFP document. The Bidders are required to submit all
required documentation in support of the evaluation criteria specified (e.g. detailed
Project citations and completion certificates, client contact information for verification,
profiles of Project resources and all others) as required for technical evaluation
d) Proposal Presentations: The Tender Evaluation Committee may invite each qualified
Bidder to make a presentation to CIDCO at a date, time and venue decided by CIDCO.
The purpose of such presentations would be to allow the Bidders to present their
proposed solutions to the Committee and orchestrate the key points in their Proposals
e) The Bidder should cover scope of work, complexity of implementation, end to end
integration methodology and critical success factor as specified in the evaluation section
f) At any time during the tender evaluation process, the Committee may seek verbal /
written clarifications from the Bidders. The primary function of clarifications in the
evaluation process is to clarify ambiguities and uncertainties arising out of the
evaluation of the Bid documents. Verbal / Written clarifications provide the opportunity
for the Committee to state its requirements clearly and for the Bidder to more clearly
state its Proposal. The Committee may seek inputs from their professional and technical
experts in the evaluation process
g) CIDCO reserves the right to do a reference check of the past experience stated by the
Bidder. Any feedback received during the reference check shall be taken into account
during the Technical evaluation process
a) Each Technical Proposal will be assigned a technical score out of a maximum of 100
points
b) In order to qualify for the opening of Commercial proposal, the Bidder must get a
minimum overall technical score of 75 (Seventy Five)
c) The Commercial Proposals of Bidders who do not qualify technically shall be kept
unopened in the e-Tendering system.
d) The Committee shall indicate to all the Bidders the results of the technical evaluation
through a written communication. The technical scores of the Bidders will be
announced prior to the opening of the Commercial Proposals
e) The technically shortlisted Bidders will be informed of the date and venue of the
opening of the Commercial Proposals through email or written communication
1.5 Integration of SAP with other modules and any other workflows (SAP/ 5
External)
1.6 The Bidder / Lead Member in case of Consortium must have on its roll IT 5
staff (across offices) of at least 15 professionals must be SAP certified
25 - 50 professionals 2.5
>50 professionals 5
3 Team Proposed 40
3.1 Project Manager 5
3.2 Solution Architect (Software) 5
3.3 Solution Architect (Infrastructure and Networking) 5
3.4 Domain Experts with relevant experience 20
Below are the 7 modules to be implemented in SAP:
a) Finance & Controlling (FICO) (3 Marks)
b) Material Management (MM) (2 Marks)
c) Project Systems (PS) (3 Marks)
d) Quality Management (QM) (3 Marks)
e) Sales & Distribution (SD) (2 Marks)
f) Human Resources (HR) (2 Marks)
g) Real Estate (RE) (5 Marks)
3.5 Database Administrator with relevant OEM certifications 5
> 1 but less than 4 completed Projects as on date of submission of Bid: Marks would be awarded
marks on a pro-rated basis. For example, a Solution Architect with 2 completed Projects as on
date of submission of Bid would get 2.5 * 2 / 4 = 1.25 marks
The criteria mentioned below will be used for evaluating Real Estate (RE) Domain Expert : 5
marks
The criteria mentioned below will be used for evaluating Finance & Controlling (FICO), Project
Systems (PS) and Quality Management (QM) Domain Expert : 3 marks
i. Relevant years of experience of SAP Module : 50% of maximum marks (1.5 marks)
Minimum 4 years of experience.
ii. 8 years of relevant experience as on date of submission of Bid: 1.5 marks
iii. > 4 but less than 8 years of relevant experience as on date of submission of Bid: Marks
would be awarded marks on a pro-rated basis.
For example, a Domain expert with 4 years of experience as on date of submission of
Bid would get 1.5 * 4 / 8 = 0.75 mark
b) Relevant experience of SAP Modules, implementing / supporting implementation of
IT projects in domain: 50% of maximum marks (1.5 marks)
i. Atleast 2 completed Projects as on date of submission of Bid: 1.5 marks
ii. Less than 2 completed Projects as on date of submission of Bid: Marks would be
awarded marks on a pro-rated basis
For example, a Domain Expert with 1 completed Projects would get 1.5 * 1 / 2 = 0.75
mark.
The criteria mentioned below will be used for evaluating Material Management (MM), Sales and
Distribution (SD) and Human Capital Management (HCM) Domain Expert : 2 marks
iv. Relevant years of experience of SAP Module : 50% of maximum marks (1 mark)
Minimum 4 years of experience.
v. 8 years of relevant experience as on date of submission of Bid: 1 mark
vi. > 4 but less than 8 years of relevant experience as on date of submission of Bid: Marks
would be awarded marks on a pro-rated basis.
For example, a Domain expert with 4 years of experience as on date of submission of
Bid would get 1 * 4 / 8 = 0.50 mark
c) Relevant experience of SAP Modules, implementing / supporting implementation of
IT projects in domain: 50% of maximum marks (1 mark)
iii. Atleast 2 completed Projects as on date of submission of Bid: 1 mark
iv. Less than 2 completed Projects as on date of submission of Bid: Marks would be
awarded marks on a pro-rated basis
For example, a Domain Expert with 1 completed Projects would get 1 * 1 / 2 = 0.5 mark.
The Commercial Proposal of only the technically qualified Bidders will be opened for evaluation.
Of all the Commercial Proposals opened, the Bidder whose commercial bid is lowest (hereby
referred to as L1 Bidder) will be considered eligible for negotiations and award of contract after
the negotiations.
In order to qualify for the opening of Commercial proposal, the Bidder must get a minimum
overall technical score of 75 (Seventy Five)
Post the evaluation process indicated above, CIDCO will award the Contract to the Bidder whose
Proposal has been determined to be technically responsive to the requirements of the RFP and
financially the lowest price, hereby referred to as the ‘Successful Bidder’.
CIDCO reserves the right to accept or reject any Proposal, and to annul the tendering process
and reject all Proposals at any time prior to award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for CIDCO’s action.
Prior to the expiration of the validity period, CIDCO will notify the Successful Bidder that its
Proposal has been accepted by issuance of a Letter of Acceptance in writing or through email.
Until a formal contract is prepared and executed, Letter of Acceptance shall constitute a binding
Contract.
A PBG of 10% of the Total Contract Value would be furnished by the successful Bidder as per the
format provided in the RFP document from Nationalized Bank. The PBG should be furnished
within 15 Business Days from the date of issue of Letter of Acceptance and should be valid for
period of 180 days over and above the Contract Period.
The Model Agreement (Draft MSA and SLA) is provided the RFP document.
CIDCO shall have the right to annul the award in case there is a delay of more than 30 days in
signing of Contract from the date of issue of Letter of Acceptance by CIDCO, for reasons
attributable to the successful Bidder. Bidder has to register the contract within 15 days of
signing of contract.
RFP, Corrigenda, Request for Clarifications issued, Technical Proposal, any clarifications
received, Presentations, etc. made by the ‘ L1 Bidder’ during the Bid evaluation phase will form
part of the Contract signed with the Bidder
Failure of the successful Bidder to agree with the terms & conditions of the RFP shall constitute
sufficient grounds for the annulment of the award, in which event CIDCO may call for new
Proposals and invoke the Performance Bank Guarantee (PBG).
4 Scope of Work
Considering the large Land & Estate dealings, FI transactions, Marketing sales of plots for
individual and commercial use, CIDCO finds extremely difficult to “manually” operate and
maintain the related data. As has been seen historically in the Land dealings, Regulators often
bring into practice stringent compliance requirements, which are dynamic in nature. In such a
scenario, it is imperative for CIDCO to implement systems and redesign/ revisit business
processes that will enable the officers to fulfill stringent Regulatory requirements and ensure
process efficiency around Lands, Estate, Finance and other key supporting Departments etc.
Within this context, CIDCO plans to reinstate and implement SAP solution that covers Lands and
Estate Management primarily and also addresses other critical and allied enterprise functions
such as Training, HR, Finance & Accounts (FICO), Project Systems etc. The implementation of
the SAP solution specializing in Real Estate (Lands, Litigation, GIS Integration, and Estates), HR,
F&A (Finance and Accounting) will not only enhance the process efficiencies but also ensure
that the CIDCO creates transparent system and drives one single system.
The current number of Nodes that is being operated by CIDCO is 14, and New Towns are 13. In
the coming future, it is anticipated that the number of Nodal offices will increase, and that it
may also add to the New Towns being operated.
It is with this spirit and understanding that the decision to use SAP ERP application, to
effectively manage and operate CIDCO, has been taken. An ERP enabled business process will
not only be more responsive to the complex set of requirements of CIDCO, but will also ensure
better serviceability and availability while bringing down the cost, resolution and processing
time. The SAP ERP system would aim to cover almost all aspects of CIDCO’s functions, ranging
from Operations and Maintenance execution to Quality Management, Demand & Supply
Management, Procurement, effective MIS Dashboards etc.
Some of the key areas in respective Departments that need immediate focus are as mentioned
below:
The Key Expectations of various stakeholders from the Project are mentioned below:
Stakeholders Expectations
Stakeholders Expectations
Seamless integration
a) The foundation layer will cover all the core processes of CIDCO
i. Planning and Architecture
ii. Land Management
iii. Engineering
iv. Marketing Management
v. Estate Management
vi. Citizen Services
vii. Project System
viii. Procurement Management
ix. Finance and Accounts Management
x. Human Resource Management
b) And the technology layer will cover :
i. Enterprise wide Portal
ii. Document Management System & Workflow
iii. Dashboard and Reporting
iv. Folder Management
v. Net-weaver Process Integration
Web
Internet router
DMZ (External Client Tier)
Link Load
Balancer MPLS Router
MPLS-SP1
External
GSLB Device DMZ SW Firewall with
IPS
Ext. portal
server
Core firewall
Application server
Management and security server
BI server, DMS server
LDAP, WFM, Notification server
App FW + SLB + Audit trail & EMS servers
WA(Virtualize-1) Common DB
App FW + SLB + server
WA(Virtualize-2)
SAN SW
Tape Backup
TRUSTED ZONE (App. server Tier and DB server Tier)
CIDCO Bhavan has a 10 Mbps Internet connection which is used by Raigad Bhavan and Airport
office at Belapur Station complex via a Wi-Fi connection. CIDCO Bhavan is also connected to
Nirmal Bhavan via a 2 Mbps leased line currently being utilized for Video Conferencing.
Rest all offices are in a standalone setup and are not connected to either CIDCO Bhavan or
Nirmal Office.
CIDCO Bhavan
10 Mbps connection
Leased line for VC
Nirmal Bhavan
Belapur Station
Raigad Bhavan
Internet
10 Mbps Leased Line
Firewall
DMZ
Core
Switch
Rack on
a floor
Patch panel
Connections on a floor
Scanner
Desktop Printer Copier
Multi Function Printer
The red dotted line shows the flow of data packets from a desktop to ISP during internet access.
Table below shows the details about connections at various offices of CIDCO:
Connectivity in CIDCO
Nirmal Office
Kalamboli
Dronagiri
Kamothe
Sanpada
Bhavan
Bhavan
Airport
Kharghar
Ghansoli
Raigad
Panvel
CIDCO
Office
Nerul
Vashi
Airoli
Nasik
Item
WAN No No No No No No No No No No No No No No
Broadband No No No No No No No No No No No No No No No
All Servers are maintained at CIDCO Bhavan and are managed in-house by the IT Department of
CIDCO.
Sr. Server
Model Configuration
No. Name
1. S1 (12.5% IBM x336 Rack OS: Windows Server 2003 SP2
records) Server RAM:2 GB
HDD: 160 GB+160 GB
Processor: Intel 3.2 GHz Xeon Processor x2
9. S9 Dell PowerEdge
T410 (GIS Server)
Sr. Type of
Model Specifications Quantity
No. Equipment
1. Firewall Checkpoint OS - GAiA v 75.40 2
4800 8 x 10/100/1000Base-T RJ45 ports
4 GB memory
250 GB hard disk drive
One AC power supply
High Availability (HA)
Lights Out Management (LOM)
IPv4 and IPv6
1024 interfaces or VLANs per system
4096 interfaces per system (in Virtual
System mode)
802.3ad passive and active link
aggregation
Layer 2 (transparent) and Layer 3
(routing) mod
NODES
ITEM
Raigad Bhavan
CIDCO Bhavan
Airport Office
Nirmal Office
Kalamboli
Dronagiri
Kharghar
Kamothe
Ghansoli
Sanpada
TOTAL
Panvel
Nerul
Vashi
Nasik
Airoli
Desktop 498 8 88 39 3 2 4 1 24 3 2 2 16 14 1 705
Laptop 30 1 1 1 1 34
I Pad 12 12
Printer 202 5 63 15 2 2 3 20 4 3 4 8 1 332
Projector 0 1 1
Plotter 7 7
Scanner 11 2 1 15
UPS 199 15 5 2 1 1 1 229
TOTAL 959 13 167 62 5 4 7 1 46 8 3 6 20 22 6 1335
CIDCO plans to reinstate and implement SAP solution that was implemented in the year 2002.
i) Business Intelligence - Customized Dashboards for all CIDCO’s Departments and Top
management is required. On an average 6 to 8 Dashboards need to be generated for
each module as per CIDCO’s Departmental requirements. Standard Templates need to
be finalized and submitted along with SRS
The Bidder must implement the specified SAP modules in integration with Estate Management
system, GIS, AutoCAD, Automated Building Plans, eOffice, eTendering, Citizen Facilitation
Center, Legal tracking system, Grievance Redressal system, External time management system,
GPS based vehicle tracking system, Digitization and scanning system, Project Affected Person’s
employable program, Land bank system, e payment gateway, SMS gateway, Mobile applications.
All forms, reports & MIS, as per Users’ requirements, shall be incorporated in SAP
implementation.
Bidder shall assist CIDCO’s in-house development team or agencies for integrating their Solution
to the SAP System and also grant them the required permissions to access the SAP System for
completing the integration.
The functions will also be supplemented by following areas of focus as indicated below utilizing
SAP Product features:
a) Enterprise Portal
b) Document Management System
c) Email and Messaging Services
d) Workflow Management
e) Enterprise Application Interface: The SAP System should be capable of interfacing with
External Systems and generate various reports as required in order to allow for exchange
of data and communication with those Systems. The following is an indicative list of
External Systems that the SAP System should be capable of interfacing with –
i. Eleven Banks
ii. External time management system
iii. Automated development control regulations
iv. Adhaar ID data of citizen and CIDCO employees
All required procedures, policies, delegation of powers pertaining to CIDCO shall also
be incorporated in business rules of SAP Solution by the Bidder.
Based on the approved To-Be business processes, the Bidder will undertake System
Configuration and Customization. CIDCO intends to implement standard SAP functionality as far
as practically possible and to adopt the business processes of the standard SAP system and the
best practices available in the offered Solution. The Implementation Methodology and Approach
has to be based on global Best Practices in order to meet the defined Service Levels during the
operation.
CIDCO has made best efforts to define major functionalities for each of the Departments’
functions. These functional requirements; enumerated in this RFP, are indicative and based on
the present business process, which may undergo changes by the time of Award of Work Order
to the Bidder as well as during the execution of the Project. All such identified system
requirements shall form part of the desired SRS documentation The Bidder may, if so required,
include the add-ons to fulfill the requirements. Tools if any required for development need to be
factored in by the Bidder.
Bidder has to design and implement the requisite user authorization as well as other IT security
controls, for the entire solution. Finally approved/accepted solution will be delivered as
“System Configuration” document and the same should be implemented at locations that are
identified within the scope of this project.
documents. In addition, the Bidder will provide ongoing product information for reference
purposes and to facilitate self-education for CIDCO Personnel. Key documents required are:
a) Business Blueprint and To-Be Documents consisting of granular details of each
functional activity and any changes (if any) after the SAP implementation
b) Configuration Documentation: Consisting of system setting and parameters for each
function modules
c) User Manual including system instruction and use cases, running of a program to
perform specific task in the System with sample reports, screen formats, details of
menus & instructions on how to perform specific tasks in the system using screenshots
etc.
d) Any other Documentation required for usage and maintenance of implemented Solution
at each location like Technical Manual, Installation Guides etc.
e) System Operational Procedure Manuals
f) The Bidder shall provide minimum three hard copies and two soft copies on the above
mentioned manuals
g) The Bidder shall submit the System Documents including the Functional Specifications
& Technical Specification
h) The Bidder shall prepare & submit the System Administration Manual indicating the
system settings for each module
i) Bidder must ensure the provision of Toolkit / Troubleshoot Guides and Learning
Management System for every component of the Application / System software as well
as IT infrastructure
f) Defined workflow system and custom reports to respective HODs and top management
for faster decisions is absolutely required
a) Content Authoring
b) Content Publishing
c) Content Delivery
d) Content Storage Management
e) Content Exit and Archival
f) Should have preconfigured generic templates and workflows for Content Management
g) Distributed authorship of portal content across divisions
h) Separation of content from presentation, which allows authors to focus on content
rather than web design
i) Management of revision, approval, publishing and archiving processes in an easy and
automated manner
j) Centralized Template Management for consistency within Portal
k) Content repurposing for different audiences and various interfaces
l) Facilitated metadata generation and management which enables effective content
discovery
m) Content Storage Management of all types of content; text graphic, audio, video etc.
n) In context contribution, purview, updates and approvals
o) Email notifications for automated content edits and reviews
p) Native content conversion to web formats
q) Both dynamic and scheduled publishing models
r) CMS should be able to generate Content Feeds
s) CMS should be able to be integrated with any Workflow System, which supports e-forms
t) CMS should be modular and extensible
Further it is also proposed that there should be integration between the DMS and the Unified
Communications Platform.
The Email Solution should have facilities such as: bulk mail, facility to send auto mails – MIS
reports about mails sent / failed / received / opened etc. should be available. Furthermore the
Email Solution should comply with the following indicative key components:
a) Directory Services
b) Mail & Messaging Service
Please Note: It is recommended that the SI should adopt the e-Mail policy as defined by
Government of Maharashtra.
a) Directory Services
It should include the following services:
i. Domain Management
ii. Group Management
iii. User Management
iv. Implementation of policies and standards
b) Mail & Messaging Service
i. Group management
ii. User management
iii. Implementation of policies and standards
iv. Mail size monitoring
v. SMTP management
The generic solution architecture of the proposed Mail and Messaging Solution should comprise
of the following functional elements, but not limited to. They are:
a) SMTP Relay: To send and receive emails from the upstream servers for all its hosted
domains
b) Anti-spam filters: To filter potential spam between users of the domains hosted on the
server. These filters may be implemented either as an integrated part of the mail
package or as a separate appliance that works along with the Solution
c) Antivirus filters: Resident on the server to scan, detect and quarantine virus infected
emails
d) Storage: To provide storage for the user mail boxes and for archiving email. The storage
infrastructure must be procured as part of the solution
e) POP and IMAP Servers: To enable users to fetch their emails from the server
f) Web based front end: To enable users to access their mailboxes, edit, compose, read
and send email. This front end would provide additional plug-ins for access to services
such as calendaring, Instant Messaging etc. All such access should be using SSL
g) Additional integrated services: Such as Calendaring and Instant Messaging
h) Directory Services: For the purpose of creating the user base for email use and using
the server as a basis for distributed user administration. All data update accesses should
be via SSL
i) Messaging Security: Facility to use a PKI infrastructure to sign the messages digitally as
well as message encryption
j) MIS Reports: About mails sent / failed / received / opened etc. should be available
The Solution architecture will comprise of four major subsystems that comprise sets of
functionalities mentioned below:
The components should be suitably sized and interconnected to provide a reliable solution for
the implementation. Inbox and Attachment Size is proposed to be allocated amongst the
CIDCO’s various Department users as per their designations in the following manner:
Managers 4 GB 10 MB
Officers 2 GB 10 MB
DO 2 GB 10 MB
Field Officers 2 GB 10 MB
Please Note: the number of sanctioned posts is provided below. The SI needs to account for an
annual 5% growth rate for sizing purpose.
The scope of Facility Management for Mail and Messaging Service will cover the following
aspects:
a) Maintenance of hardware of all units such as the Mail Messaging and other servers,
security, backup and storage systems etc. supplied by the SI
b) Configuring / re-configuring end-to-end Solution by securing all the hardware,
system software, Databases, Application Software configurations, whenever
required as per the requirements of the Department
c) Secure the configurations as per the architecture deployed, Operating Systems
deployed, Application Software deployed etc. on ongoing basis and provide them to
the Department
d) Maintenance and trouble shooting of Software supplied by the SI or by the
Department for running the total Mail Messaging System (end-to-end) including
Patch and Vulnerability Management as per Department’s requirement and version
upgrades of Operating Systems and Application Software, Hardening of the
Operating System / Application Software and other software components installed
for the solution, Implementation of Security Policy, configuring Storage and Backup
devices and Backup Policies etc. as per the requirement of the Department
From CIDCO’s perspective, the DSS is expected to play the following roles and comprise of the
following features:
large volume of data it receives in a smarter, intelligent and faster manner to support it in its
goal of expediting citizen centric decisions and maximizing business impact.
The Bidder shall obtain the sign-off from CIDCO on Testing Approach and Plan (inclusive of Test
Cases). The Bidder shall perform the testing of the Solution based on the approved Test Plan,
document the results and shall fix the bugs found during the testing. Though CIDCO is required
to provide formal approval for the Test Plan, it is the ultimate responsibility of the Bidder to
ensure that the end product delivered meets all the requirements of the SAP Implementation
specified by CIDCO in this RFP document.
At the least following activities will be carried out by the Bidder as part of the Application
Software testing:
a) The Bidder shall prepare the Solution Testing Procedure for conducting test on various
modules of the SAP Solution including the Test Cases. The Software Testing shall include
Unit Testing, System Integration Testing, User Acceptance testing, Performance Testing
(Full Load/ Stress Test), Integrity Testing, Security & Access Control Testing etc.
b) The Bidder shall obtain the sign-off from CIDCO on the Testing Approach and Plan
c) The Bidder shall demonstrate to CIDCO that the solution meets all the functional &
technical requirements as per the To-Be Document
d) The Bidder shall test the integration of the cross function modules as well as the legacy
applications based on the approved Testing Procedure
e) On successful completion of the Integration Test, the Bidder shall conduct the Full
Load / Stress Test using suitable tools in accordance with the approved Test Plan
f) The Bidder shall provide and ensure all the necessary support for the conduct of the
User Acceptance Test by the identified employees of CIDCO, who are responsible for
day-to-day operations of the functions automated through the SAP Solution. The Bidder
shall share the Test Cases and demonstrate the Testing Procedure to the identified
CIDCO staff
g) The Bidder shall fix the bugs / errors found during the testing, document the results of
the testing and submit a report to CIDCO
4.3.1.13.1 Overview
The Data Migration to be performed by the Bidder shall be preceded by an appropriate Data
Migration Strategy & Methodology which is prepared by the Bidder and approved by CIDCO.
Though CIDCO is required to provide formal approval for Data Migration Strategy, it is the
ultimate responsibility of Bidder to ensure that all the data sets which are required for
operationalization of the agreed user requirements are migrated. Any corrections identified by
CIDCO or any external agency, during Data Quality Assessment and Review, in the data migrated
by Bidder, shall be addressed by Bidder at no additional cost to CIDCO.
At least the following activities will be carried out as part of the Data Migration:
a) Define all the specifications that are needed to populate the data into the new SAP
System
b) Prepare uniform codification of all data sets
c) Develop the Data Migration Templates / Forms / Format and facilitate the migration of
legacy and new data elements into the SAP System
d) Identification, configuration or development of the data upload / download programs
for the Data Migration
e) Create data extraction programs in the legacy system to convert into the format as
required by the SAP System
f) Uploading of Scanned paper documents, (naming, characteristics like author, date, etc.,
indexing, classification) into the Document Management System database
i. The Bidder shall ensure data cleansing of all the data migrated from the legacy
system to the new application & data validation before uploading the same to
the production environment
ii. Proper documentation of the data conversion / upload
At least the following categories of Data need to be captured and ported into the system:
56. Application for direct allotment of plots to Govt. Bodies and their Undertakings for
Office Use
57. Application for Society plots to Govt. Employees
58. Application for direct allotment of Apartments / Plots from individual other than Govt.
Bodies
59. Application for “Transfer of Plot” of Plot before Execution of “Agreement to Lease”
60. Application for “Change of Use” of Plot before Execution of “Agreement to Lease”
61. Application for “Additional FSI (Floor Space Index)” of Plot before Execution of
“Agreement to Lease”
62. Building Permission / Commencement Certificate
63. Amended Building Permission
64. Proposal for Addition and Alteration
65. Plinth Completion Certificate
66. Occupancy Certificate
67. Complaints
68. RTI
69. Stipend Enquiry and Complaints
70. Enquiry about grant in aid to PAP trust for colleges / schools
71. Application for Plots for all Religious Activities in 12.5% (GES – Gaothan Expansion
Scheme) Scheme Area
72. Application for Plots for school / college of PAP Trust
73. New application for grant in aid to PAP trust for colleges/ schools
74. Application for social facility e.g. Mahila Mandal
As part of data migration, the selected SI would perform the following activities:
a) Prepare the Data Migration Plan and submit to Department for approval
b) Ensure minimum business downtime at the time of Data Migration
c) On the Department’s approval, prepare the requisite Migration Architecture and then
move the data to the new target environment
d) Ensure the accuracy and completeness of the migrated data. Department reserves the
right to verify the accuracy and completeness of the migrated data on its own or through
its nominated agencies
Following is the proposed methodology to deal with legacy data and make it available to CIDCO
Users along with new Application:
1) It is proposed that the new Core Database, designed as per new requirements, be kept
separate from the old Database, and should be integrated with CIDCO’s SAP System, as
depicted in the diagram below:
Core CIDCO
Application
- Old Data 3
- Old Data Formats
- Old Masters - New Masters
-New Data
Database
Structure
1 -New Table
Design
Rul es
New core
/l
ogic
CIDCO
Database
(intermediate)
Refined Data
2) As depicted in the diagram above, database 1 is representing the old CIDCO Database
and Database 3 is representing the new CIDCO Database. It is proposed that an
intermediary Database (Database 2) be designed which would have same data structure,
table design and masters as in Database 3 above and then the raw data be migrated from
Database 1 to Database 2 based on data migration rules / logics / scripts as part of data
cleansing and porting exercise.
3) This will ensure the availability of refined data that will be accumulated in Database 3
over several years of operations through the new CIDCO SAP System, having necessary
checks and balances to ensure only refined data is pushed through in Database 3. Also it
will ensure the availability of old data which would be refined and stored as per new
Database Design in Database 2 and hence it will be compatible with the new System /
Application.
4) It must be noted here that initially the Database 2 and Database 3 do not merge
completely, keeping the data separate from the day of Go-Live and period before that.
This is to ensure that the data which is migrated to Database 2 may not be completely
refined and correct initially and may require additional checks to make the data pure,
and hence will not corrupt Database 3 which would be the main database for new
system.
5) All the data prior to Go-Live date will be available in Database 2, but after due
processing through the back end automation engine, it would be then pushed to
Database 3. In all probability care must be taken that the Database 3 will hold only that
data which is processed on or after the actual Go-Live date. And the Database 2, which
has the refined data from old Database (Database1), will only be used as and when
required, but no new data will be pushed into it through the SAP System.
6) Since Database 2 has the same Database Structure, Table Design and Masters, it is
envisaged that the SAP System will have no issues in compatibility with Database 2 and
the interaction with the SAP System. It is also proposed that key data such as Land
Masters after due cleansing may be migrated to Database 3 initially and rest of the
Database 2 will be then gradually migrated as required.
7) The data refining activity and migration from Database 1 to Database 2 can be
completed in phased manner, for better result and ensure proper validation by the
Department Officials. It is proposed that the data for every 2 years maybe refined and
migrated to Database 2 and once it is completely validated and accepted by the
department, next 2 years data may be taken up as per same exercise. This may be
repeated till all data is refined and migrated from Database 1 to Database 2. Once all the
data is checked for completeness and accuracy, duly verified by CIDCO officials, then the
data from Database 2 can be merged with Database 3 in due course of time. Till that
time, SAP System may interact with Database 2 for reference and Database 3 for regular
insertion and retrieval.
8) It is further envisaged that over a period of few years, once the data in Database 2 is no
longer necessary for overall operations / processing, it may be archived and beyond that
period only Database 3 will then be actively integrated with SAP System. It is envisaged
that by that time the entire data from Database 2 will be merged with Database 3. Until
this scenario is achieved; Database 3 will keep on growing and accumulate new data,
starting from the date of Go-Live.
It is envisaged that the above Data Sanitization and Migration Methodology will help ensure
data purity from the date of Go-Live, availability of legacy data for use, and a clean new Database
without any corruption from legacy data.
i) Provide Handholding Support to end users in carrying out the business process
transactions
a) In case of Application Crash, effort will be made to bring back the System to working
state through backup / restore and reinstallation procedure. It will be taken up on a
High criticality basis with round the clock support
b) In case of Database Crash, effort must be made to retrieve as much data as possible
from last backup. If required, previous backups will be used to ensure restoration.
Bidder shall be on this job round the clock to restore data
i. Problem definition
ii. Context definition (thru functional teams as per requirements)
iii. Request Analysis by Bidder
iv. Priority Categorization
v. Logging with OEM and tracking to resolution
a) The Bidder shall address all the errors / bugs / gaps in the functionality offered by
the SAP Solution (vis-à -vis the FRS) at no additional cost during the Operations &
Maintenance Period
b) The Bidder shall identify and resolve application problems like system malfunctions,
performance problems, data corruption etc. due to which the SAP Solution is not able
to give the desired performance
c) The Bidder shall update all available patch / updates to the SAP Solution
d) Bidder is responsible to provide Handholding Support to end users
4.3.1.18 Deliverables
a) Bidder shall as per requirements and ensure proactive and timely support in
identification and provision of solutions including OEM Support for resolution
b) Timely logging of Bugs / Problems
c) Daily / Weekly / Monthly Status Reports to CIDCO & other Project Stakeholders
a) The Bidder shall define the Software Capacity Building & Version Control Process and
obtain approval for the same from CIDCO
b) The Bidder shall maintain Version Control and Configuration Information for any
System Documentation and Application Software
c) It is the Bidder’s responsibility to ensure that all business processes of CIDCO are
captured with absolute clarity and be incorporated as part of SRS and To-Be
documentation for successful implementation. The SRS and To-Be documentation shall
only be accepted post sign-off from CIDCO.
Please Note: It shall be the sole responsibility of the Bidder to document all the
business processes which are to be mapped to the SAP Solution. Any processes which
were missed out during the SRS Study and are identified / discovered in the first six (6)
months of post “Go-live” shall be delivered by the SI at no additional cost.
d) Changes in the SAP System which are mandatorily required for complying to any of the
predefined SLA requirements, FRS or To-be Functional solution cannot be treated as a
separate Change Request, and hence are to be completed by the Bidder at no extra cost
e) All Change Requests submitted by the Bidder will contain an effort estimate, which
would be discussed with and approved by CIDCO
f) All Changes during the Stabilization and Support & Maintenance Phase shall be
subjected to the comprehensive and Integrated Testing by the Bidder to ensure that the
changes implemented in the System meets the desired and specified requirements of
CIDCO and does not impact any other function of the System
g) The Bidder shall submit a Quarterly Report on the changes performed in the System and
Resolution of malfunctions carried out by the Bidder
h) Troubleshoot all possible problems, monitor erratic behavior through Application Logs
i) All Planned Changes to SAP System shall be coordinated within established Change
Control Process to ensure that:
i. Appropriate communication on Change required has taken place
ii. Proper approvals have been received
j) For any Changes to the SAP System, Bidder shall submit a document indicating proposed
Changes, impact to the System in terms of functional outcomes, additional features
added to the System etc.
k) The Bidder is required to obtain approval from CIDCO for all the proposed Changes
before implementation of the same into Production environment and such
documentation shall be subject to review at the end of each quarter of Operations &
Maintenance Phase.
a) The Bidder shall conduct Training Needs Analysis of all the concerned staff and draw up
a systematic Training Plan in line with the overall Project Plan. The Trainings shall be
provided at CIDCO premises or any other premises, as fixed by CIDCO
b) A separate Training Curriculum shall be developed for the following Participant / User
Groups:
5. Advanced Users 10
6. Core Team 25
7. Technical Core 10
Team
c) The Bidder must impart training to all CIDCO staff to make them well conversant with
the functionalities, features and processes built in the System. This is aimed to ensure
smooth operations enabled through System. The Bidder shall train all such employees
and provide relevant training materials to them. The training pedagogy will be designed
to impart hands-on experience with adequate usage of cases and scenarios to the extent
feasible
d) Training schedule shall be so designed in batches that the ongoing/ regular operations
are not affected seriously
e) Size of the training batch should not be more than 20
f) The Bidder shall also be responsible for retraining the staff whenever changes are made
in the System and it is the responsibility of the Bidder to ensure that the staff from
CIDCO involved in the operations until they are familiar with new versions of the
implemented changes
g) Training content will focus on scenarios and case studies with respect to each type of
transaction with the purpose of giving a realistic approach to the trainee on how to
handle a particular case
h) There will be additional emphasis on imparting as much hands-on experience as
required to make the trainees fully conversant and able to work effortlessly on the SAP
System
i) The duration of training shall be finalized jointly by the Bidder and CIDCO. However the
period should be sufficiently long for effecting meaningful assimilation of training
content by an average user
j) There should be at least TWO qualified Trainers from the Bidder’s side in every Training
Session for conducting the prescribed / required Training Program(s)
k) It should be noted that the Training and Hand-holding Support will be an ongoing
activity and should be undertaken as and when required. Such a requirement will be
communicated to the Bidder by CIDCO and would be paid for separately
l) The Bidder shall be responsible for conducting Training as per the scope of work and as
per the detailed training strategy plan – both these documents have to be read in
conjunction. It is the responsibility of the Bidder to identify the exact effort required for
conducting training and quote accordingly in the commercial bid. CIDCO will not
entertain any type of claims caused by delays or wrong estimation done by the Bidder.
In case CIDCO intends to utilize additional efforts from Bidder in conducting training
beyond the scope of the work it would make payments for the same in line with the
man-month rates quoted in the commercial bid
m) In case more than 30% participants of any batch suggest that the training provided to
them was unsatisfactory then the Bidder would have to re-conduct the same training at
no cost to CIDCO
n) Method of Training:
Languages of
Method of
Brief description Training Artifacts Training
training
Material
Class This approach can be a) IT infrastructure and dummy data English
room adopted for CIDCO for hands-on training Marathi
training users. b) Participant handouts
(Hands- c) Online and Paper-based tests to
on evaluate the quality of learning
training) and training
d) Provision for online and paper-
based feedback submission
Self- This will be useful for a) Downloadable Computer Based English
learning CIDCO users to learn toolkits, PPTs and videos on Marathi
System operations in system operations and usage
SAP System. This would FAQs
include several self - b) Online help modules with search
learning methods for by keywords, topic etc.
enabling easy learning c) Online tests that may be taken up
and adoption of the by the participant after completing
System by CIDCO Users the learning to evaluate his
learning
d) Online forms to submit feedback
on the quality of training material
MS Windows XP - Operating
System
Working on Linux
Trouble Shooting
Quality Management
CRM
FICO
Real Estate
Sr. Participant
Participants Course Details Duration
No. Group
Training working knowledge on:
Configuration
System Administration
4.3.2.1 Overview
The infrastructure requirements for the Data Center (DC) and Disaster Recovery (DR) for the
SAP System are mentioned below, but not limited to:
a) The Bidder shall be responsible for sizing necessary hardware and determining the
specifications of the same in order to meet the requirements of CIDCO including the
Software Scope of Work and SLA
b) The Bidder shall provide a Bill of Material that specifies the entire infrastructure,
hardware, software, EMS Helpdesk networking components and all additional
components required for the Primary DC and DRC in detail such as Racks, Power and
Cooling Systems, Bandwidth
c) The Bidder shall ensure that effective Remote Management features exist in the Solution
so that issues can be addressed by the Bidder in a timely and effective manner; and
frequent visits to DC can be avoided
d) After commissioning and testing of the entire system at Data Center and Disaster
Recovery Center, the Bidder must ensure that the Data Center is set up as per all the
applicable standards and guidelines defined by DIT (Govt. of Maharashtra) & GoI from
time to time
e) The Bidder shall make provision for sufficient rack space with caging, and sitting space
for minimum of 2 personnel at both Data Center and Disaster Recovery Center.
f) The Bidder shall ensure that Disaster Recovery drills are conducted once every six (6)
months. The reports of all the semi-annual drills shall be submitted to the Department in
a timely manner
g) The Application Server, User Authentication Server, Web-server and Database Server
shall be configured in Fail-over mechanism in N+1 Architecture
h) Bidder shall virtualize the infrastructure for improving utilization.
i) Bidder has factor IP KVM Solution
j) The failover transition time should be negligible and should not impact activities carried
out by the users. Under any circumstances the delay should not be more than 2 seconds
on LAN
k) The Bidder shall perform fail over tests on periodic basis (as defined in Policy) from DC
to DRC in order to check the reliability of DRC and availability of the System
l) A Demilitarized Zone (DMZ) shall be created and all the critical servers shall be placed
inside the inner DMZ. All the internet based traffic shall terminated at the Outer
Firewall. The Outer Firewall shall filter the traffic and allow only authenticated traffic to
the internal DMZ through a Second Firewall placed as a gateway to the internal DMZ
m) Including Intrusion Detection System (IDS) and Intrusion Prevention System (IPS) at all
levels shall be essential while designing security for DC and DRC
n) Networking Equipment’s at all levels shall be essential while designing for DC and DRC
o) Equipment or component failure / abnormal termination should lead to automatic-
failover or bypass to ensure continued network availability
p) The Bidder shall create Digital Display Wall inside the Network Operations Center
(NOC). This Display shall serve as an overall Dashboard of all the Systems functioning as
a part of this Project. NOC will be operating from CIDCO office at Belapur which would
be operational 24*7.
q) The Bidder will have to additionally provision for shifting approximately 2 Rack
components for other infrastructure components, Other server etc., mentioned in the
AS-IS section from the current infrastructure to the new DC deployed by the Bidder.
r) Bandwidth capacity for Internet Links between DC – DR, shall be designed with
redundancy by the Bidder. The link would also be connected to CIDCO Belapur and
Raigad Bhavan apart from DC & DR. The same shall also be procured and maintained by
the Bidder as a part of the scope of this Project.
s) Any other components that will be required for running the System successfully shall be
provided by the Bidder.
t) NOC : CIDCO proposes the main Bidder to host the project at Certified Tier– III Data
Centre facility for design and facility in Mumbai/ Navi Mumbai. The SI will have to create
a fully functional NOC area at the CIDCO office of Belapur in Navi Mumbai to monitor and
control the infrastructure at the Data Centre. The required infrastructure to meet the
project deliverable will have to be accounted for in the financials of this Bid by the
Bidder.
u) The Bidder’s responsibility will also include designing, sizing, procuring, development
and testing, implementing, training and maintaining of the System along with Software
Development Life Cycle activities (SDLC) including customization, parameterization,
interface and implementation of application software, training, etc. Activities related to
the Migration of the data from the existing application to the new solutions and co-
existence is completely part of Lead Member / Bidder’s scope.
v) The SI will be responsible for providing all the details of the Bill of material (BoM) and
specifications of the IT infrastructure proposed (procured / reused), licenses of the
system software, all other equipment proposed as a part of its Technical Proposal with
part numbers for the same. The financial quote submitted by the SI should include costs
for all items required to successful running of all the applications.
w) The SI will implement the SAP solution in three consecutive steps as mentioned below:
Step 1: Development of SAP ERP Solution (it is proposed that application
development will be at SI’s own CMMI level 5 Development Centre and not at
CIDCO premises) along with all the necessary hardware and software.
Step 2: UAT
Step 3: Go live
x) The SI, in case of deployment/customization of pre-existing product / solution, should
necessarily obtain certification from the respective software vendors mentioning that
the infrastructure proposed is sufficient for the specified number of users and fully
meets the performance and scalability requirements of the Project as stated in this RFP.
It may be noted that any Bids without such certification shall be liable for
disqualification
a) The Server technology proposed for the SAP System should be best of the breed, latest,
tested, be a stable release from the OEM vendor, be based on the latest platform
enabling technology and have Remote Access Service (RAS) feature. Bidder must refer
to Appendix - 02 for minimum technical specifications
b) The SAP System shall be designed for Active-Active operation and the Database shall be
sized for Active-Passive operation (however, the Bidder may propose Active - Active
operation for the Database if deemed imperative for the functioning of the Solution as
per the SLAs). The configuration should be such that there is efficient distribution of the
load in the configuration and if a failover occurs, then the server running should be able
to take full load of the failed server without impacting the application response to the
end user
c) All the components within the server such as power supply, FAN, IO slots etc. should be
hot swappable and should incur no downtime due to component failure. All the servers
proposed shall have dual power supplies. In case of failure of one power supply, the
second power supply should be able to take the full load without causing any
interruption in services. All servers should have a minimum 10 Gbps network (NIC- IPv
6 compliant), HBA / FC interface cards installed on different slots. Each of these cards
will be cabled from a different module on the switch
d) The Bidder shall size, design, procure, commission and maintain the hardware and
related software for the System as per requirements specified in the RFP for the entire
period of contract
e) All the core servers suggested should have dual power supplies. The power input to the
power supplies will be from separate UPS. In case of failure of one power supply, the
second power supply should be able to take the full load without causing any
interruption in services
f) The servers should be base lined with the necessary security and compliance standards
in line with the proposed solution
g) CIDCO recommends deployment of blade servers for the proposed virtualized set up to
the best possible extent for the SAP System
h) The Bidder shall submit TPC or equivalent Benchmark Reports for the proposed
hardware
i) The Bidder shall submit the Product Roadmap for all the proposed solution components,
as a part of the proposal
j) The details of the infrastructure proposed by the Bidder should be provided by the
Bidder in the Appendix 01 Details of IT Infrastructure format of this RFP
k) The rates for procuring infrastructure and hosting DC and DRC should also be accounted
for in the Commercial Proposal
l) Environments
The Bidder shall provide physically separate adequately sized hardware for the below
environments:
i. Test and Development & Quality Servers sizing should be as per the sizing
requirements given. There should be 25% available space for vertical
scalability within the Test and Development Server
ii. Migration Servers should be sized as per the sizing requirements given.
iii. Training Servers should be sized to support Training Programs for 200
personnel logged in concurrently.
iv. Servers recommended for the above three environments should be of the
same class (similar processor and OS platform) as that of Production setup
Minimum
Recommended
Internal Disk Disk (GB) -
SAPS at 65% RAM (GB)
(GB) - OS & Database
CPU
SWAP
DEVELOPMENT SYSTEMS
QUALITY SERVERS
SAP ERP 3000 24 146 200
Minimum
Recommended
Internal Disk Disk (GB) -
SAPS at 65% RAM (GB)
(GB) - OS & Database
CPU
SWAP
SAP CRM 4000 32 146 200
PRODUCTION SERVERS
SAP ERP
SAP CRM
Minimum
Recommended
Internal Disk Disk (GB) -
SAPS at 65% RAM (GB)
(GB) - OS & Database
CPU
SWAP
SAP Portal
Minimum
Recommended
Internal Disk Disk (GB) -
SAPS at 65% RAM (GB)
(GB) - OS & Database
CPU
SWAP
Foundation for 3rd Party
a) The hardware and storage sized for all the applications should be fully redundant &
scalable (vertically and horizontally)
b) The proposed hardware for the System should have a provision for at least 30%
additional CPU and Memory within the Server Box to address future scalability of
Database Tier and horizontal scalability of Web and Application Tier.
c) The Bidder at all times has to ensure that the sizing done confirms to the service level
requirements of the CIDCO. In the event, these requirements of the CIDCO are not met at
any point during the contract period, SI would need to deploy additional resources to
meet the performance levels, failing which penalty would be levied as prescribed in the
RFP.
d) SI also has to perform pro-active monitoring of the solution to ensure that before any
breach happens they have sufficient time in procuring and installing the additional
components. At no point in time should the CIDCO be made to suffer on account of the
vendors delay to procure the additional resources.
e) At any point in time during the contract period, during business hours, the average CPU,
Memory, Hard Disk utilization should not exceed 65% threshold and same is the
threshold (70%) for storage utilization
f) Bidder is responsible to arrive at the sizing independently. CIDCO is not responsible for
any assumption made by SI with respect to the sizing. In the event the sizing quoted by
SI does not meet the performance / service levels of CIDCO. SI will at their cost carry out
the necessary upgrades / replacements. CIDCO will not pay any additional amount
during the period of the contract.
g) The proposed hardware sizing should take into account the virtualization for individual
solutions which are part of other solutions list. Each virtual environment shall have its
OS instance (kernel) which can be started (booted), stopped (shutdown) and upgraded
(patches and fixes) independent of all other VMs (Virtual Machines) on the server. The
approach and methodology for the same should be discussed and approved with the
CIDCO. Bidder has to provide the solution for virtualized environment with boot from
SAN and for stand alone server operating system can be implemented with internal disk
of server.
h) All production data should be on Redundant Array of Inexpensive Disk (RAID) 1+0.
Bidder should design and size, procure, install and maintain the storage solution based
on the projections mentioned in the RFP.
i) The non-production data should be on Redundant Array of Inexpensive Disk (RAID) 5
level backup can be LAN based. The backup window for the full back up should be of maximum
8 hours post production.. CIDCO will provide adequate storage space for backup tapes at a
different location. Transportation & other logistics for the backup media tapes movement has to
be Bidder responsibility. Tape Vault to keep the media tapes has to be supplied by the bidder at
CIDCO Bhavan, Belapur.
Please Note: The Bidder will be completely responsible for DC uptime and SLAs; the CIDCO will
not relax any requirements therefore the SI is required to plan for all contingencies
Considering the sheer amount and nature of data being collected in these surveys the total
space requirement has been estimated to be approximately 120 TB. Data which will be online
would be about 25TB and rest will be archived. Bidder has to factor all the hardware at both DC
and DR.
Bidder needs to factor all the necessary hardware, Networking and software which included but
not limited to OS, Database, backup for Naina project and it will be hosted along with the ERP
application.
The SI has to set-up the DRC in a Tier III facility in a different seismic zone as compared to the
DC.
The details of the infrastructure procured by the Bidder for DRC Site should be provided by the
Bidder has to put the details of all infrastructures in the Appendix 01 Details of IT Infrastructure
format of this RFP.
The rates for procuring infrastructure and Site for this option should also be accounted for in
the Commercial Proposal.
The quantity and specifications of core infrastructure to be procured by the Bidder for DRC Site
should be carefully sized by the Bidder keeping in view the SLAs including mandatory DRC drills
as per the DR policies and other requirements of this RFP. It is however to be noted that the
service levels and Quality-of-Service requirements of the Project are the same – whether the
system runs on Primary Data Centre or on the DRC.
be approved by CIDCO
c) Perform system administration tasks such as managing
the user access, creating and managing users, taking
backups etc.
d) Performance tuning of the system to ensure adherence
to SLAs in this volume of RFP and performance
requirements as mentioned in Technical Details
2. Network Continuous monitoring and management of all nodes of the
Administration & network during the working hours and restoration of
Trouble Shooting breakdown within prescribed time limits and generate
periodic reports on network utilization on different
segments and optimize the network usage based on different
traffic pattern.
CIDCO intends to set up a central Helpdesk in order to provide CIDCO personnel and external
users of its system a one-stop solution for resolution of all their IT and business process related
queries / grievances. An indicative list of activities that the SI would be required to perform for
set-up and operationalization of the Helpdesk are detailed below.
All users of the system should be able to log a request in the system using any of the following
channels:
a) Email
b) Telephonic call on the Toll-free Helpline
c) Through intranet for CIDCO users or ERP Solution for external users
The detailed description of activities to be performed by the SI for the Helpdesk is as listed
below:
a) Bidder is expected to develop a methodology for conducting the FM for CIDCO based on
the requirements. The personnel being deployed by Bidder for critical, key activities of
FM at the CIDCO should be employees of Bidder’s firm. Bidder is completely responsible
and should duly meet the SLA requirements of the bank as stated in this document.
b) The Facility Management services would at least include:
i. Hardware Management (Servers, Storage, etc.)
ii. System Administration
iii. Helpdesk Management
iv. Software Distribution
4.3.3.3 Helpdesk
CIDCO intends to have an integrated help desk for internal employees which should be part of
Enterprise Management Solution.
CIDCO requires Bidder to establish and maintain a Help Desk to service, track and route
requests for service and to assist end users in answering questions and resolving problems
related to the application covering basic functionality, hardware, network, DC and DRC
equipment etc. at all the branches & offices. This helpdesk shall be the Single Point of Contact
(SPOC) for all users and IT services staff .This helpdesk becomes the central collection point for
service staff contact and control of the problem, change, and service management processes.
This includes both incident management and service request management. This will be the first
level of support as part of L1.
It is also expected that a second level of centralized support (L2) also be maintained at the same
location from where the various zones can be serviced in case of problem escalation. If a
problem is not resolved by telephone and the End User declares the problem to be of an
emergency nature, Bidder shall dispatch a helpdesk representative/support
personnel/Engineer who will provide Desk Side Support Service according to service levels
given. Bidder is also expected to log each call made to the helpdesk and issue a ticket number
for all calls entered. The helpdesk solution to have the capability to upload frequently asked
questions and solution.
Bidder is expected to procure, implement, commission, and maintain the helpdesk. The
helpdesk should act as a single point of contact for all users whether for service requests,
incidents or problems. It should encompass Helpdesk, Asset Management and Vendor
Management. In addition, it should offer a focused approach for delivering integrated Service
Management. It should provide an interface for other functions in IT Services Continuity
Management like maintenance contracts, software licenses, Service Level Management,
Availability Management, and Financial Management.
For all CIDCO IT services, Bidder shall provide the following integrated user support and help.
At a minimum these services shall include:
Bidder shall provide efficient and prompt solutions to operational problems of end users
concerning the application systems and IT infrastructure. Bidder shall implement effective
helpdesk management procedures to leverage the knowledge gained in providing faster and
better solutions, create knowledge bases and prevent recurrence of problems.
The SI will be responsible for the site preparation at the proposed Helpdesk location. The
minimum site preparation requirements are given in the table below. The SI has to deploy all
necessary infrastructures and prepare the site so as to meet the SLAs mentioned in the RFP.
Sr.
Location Minimum Site preparation Requirements per Site
No.
1. Helpdesk a) Adequate firefighting equipment
(Space to be b) Generators
provided by c) UPS with at least 30 minutes of backup upgradeable to 2 hours. The
CIDCO) minimum battery backup required to be provisioned by SI is 30
minutes
d) Structured cabling for Electrical and Network Wiring and Cabling.
The SI needs to undertake the assignment to design, lay & maintain
structured cabling for providing electrical and network connectivity
to all the required devices. The cabling done should ensure adequate
rodent protection, protections at difficult corners of the building,
waterproof cabling. The cabling should be done in a manner so that
least changes are required for future expansion & should also be
resistant to wear & tear.
e) Required Furniture for seating operators
f) Toll-free number with 5 lines
g) Air-conditioning if deemed necessary by the Bidder
h) Please note that Civil works, flooring etc. for Helpdesk, is not
required to be done by the SI as part of this Project
Steering committee
Project
Project Director Management
Consultant
d) The SI needs to obtain prior written approval of CIDCO before deploying / hiring /
changing / shifting / removing any equipment or personnel or procedures throughout
the period of Contract
e) Adherence to all laws pertaining to personnel, labour laws etc. for any manpower
deployed by the SI on this Project shall be the responsibility of the SI
f) The SI’s personnel and equipment residing in CIDCO’s office locations will have to follow
the general working procedures of CIDCO office
g) The SI would issue Identity cards to each of the staff members deployed at CIDCO offices
h) The SI will maintain adequate leave reserve for the staff, so that the work of the
respective CIDCO offices remains unaffected in all cases
i) Manpower deployed at , Helpdesk operators, and field-level Technical support team
should be fluent in English and Marathi
4.3.4.5 Insurance
The SI shall obtain a Third-Party insurance coverage for all infrastructures procured and
deployed for the duration of the Project. The policy should be a specific insurance policy from a
Third Party taken for this project. The insurance shall provide coverage for all risks including
a) Fire and Theft Policy
b) Policy for loss or damage to assets due to Force Majeure events like earthquake, rioting,
etc. of value equal to the cost of replacement of assets
c) Policy of insurance in respect of claims for personnel injury to or death of any person
employed by the SI and arising out of such employment
The insurance should be obtained specifically for this Project.
4.3.4.9 Others
a) The Bidders should propose only one solution that is best suited to the needs of CIDCO.
Bidder should only provide one choice for each of the goods and services proposed as
part of this RFP
Acceptance Testing and Certification intends to verify that the Project (including all the Project
components as discussed in the scope of work) meets stated requirements, standards,
specifications and performance. The following are checked against clear, quantifiable metrics:
a) Functional Requirements
b) Infrastructure (hardware and network) Compliance Review
c) Availability of the Project services in the defined locations
d) Performance Testing including Load Testing
e) Security
f) Manageability
g) SLA Reporting System
h) Project documentation (Design, development, configuration, training and
administration manuals etc.)
i) Data Quality Review
Acceptance testing would be performed through a Third Party Agency selected by CIDCO. The
Third Party Agency for acceptance of the solution deployed by CIDCO (referred to as ‘Third
Party Assessment and Acceptance Agency) shall review all aspects of Project development and
implementation covering software, hardware and networking including the processes relating
to the design of solution architecture, design of systems and sub-systems, coding, testing,
business process description, documentation, version control, change management, security,
service oriented architecture, performance in relation to defined requirements, interoperability,
scalability, availability and compliance with all the technical and functional requirements of the
RFP and the agreement.
The Third Party Assessment and Acceptance Agency for assessment and acceptance of the
deployed solution and after obtaining necessary CIDCO approval shall design the procedures
and parameters for testing. The testing will be done as below:
till the developed software is ‘Accepted’ by the Third Party Assessment and Acceptance Agency.
It is the responsibility of the SI to take any corrective action required to remove all
shortcomings. Only after the solution developed by the SI is ‘Accepted’ by the Third Party
Assessment and Acceptance Agency, a sign-off on the Go-Live will be provided by CIDCO.
Timelines for rollout of the System across CIDCO is 18 months from the date of signing of
Contract respectively.
It is to be noted that CIDCO may get the solution assessed periodically through a Third Party
Assessment and Acceptance Agency even after declaration of ‘Go-live’ in order to ensure
continued success of the Project. Such Third-Party Agency for carrying out the Acceptance
Testing and Certification of the entire solution will be selected / nominated by CIDCO. While the
cost of engaging this Third Party Assessment and Acceptance Agency and conducting the
Acceptance testing and certification will be borne by CIDCO, the Bidder will be required to
provide all necessary support to CIDCO and the selected Agency for conducting and completing
the solution Acceptance over the period of contract at no additional cost.
Irrespective of involvement of the Third Party Assessment and Acceptance Agency for
acceptance testing and certification, the SI still needs to meet all SLAs as laid out in this RFP
document.
The indicative list of tests to be performed for the acceptance of the deployed system will
include but not be limited to the following:
Criteria Description
The SI will still have to ensure that proposed infrastructure meets the SLA
requirements.
Security a) Audit of network, sever and application security mechanism
Review b) Assessment of authentication mechanism provided in the application
/components/modules
c) Assessment of data encryption mechanisms implemented for the
solution
d) Assessment of data access privileges, retention periods and archival
mechanisms
e) Server and application security features incorporated etc.
Performance Testing on parameters such as application response time, report generation
testing time, concurrent sessions supported by the system, disaster recovery drill
including load etc.
testing
Availability Test network, server, security, DC/DR fail-over for single point of failure,
redundancy, availability across all defined locations
Manageability Usage of Enterprise Management System to verify remote monitoring,
Review administration, configuration, inventory management, fault identification
etc.
SLA Reporting Verify accuracy and completeness of information captured by SLA
System monitoring tool implemented by selected SI
Project Verify Project documents including requirements, design, source code,
Documentation installation, training and administration manuals, version control etc.
Data Quality Data quality assessment for data scanned, digitized and migrated
avoid any technology or technology provider lock-in. The system should adhere to the all open
standards guidelines and other guidelines relevant to the project as issued by GoI.
4.3.5.2.3 Compliance with Standards for State Portal, SSDG and eForms Framework
The SI while developing the Application shall take cognizance of the technicalities of the State
Portal, SSDG and e-forms framework and any other guidelines issued in this regard by the
Government. The SI also has to ensure that all content of CIDCO's Portal are as per the State
Portal Framework guidelines.
A reference list of the minimum industry standards which the system components should
adhere to is mentioned below:
Criteria Description
documents
Information ISO 27001
Security a) Information security standards framework and guidelines standards
under eGovernance standards (http://egovstandards.gov.in)
b) Information security guidelines as published by Data Security Council
of India (DSCI)
c) Guidelines for Web Server Security, Security IIS 6.00 Web-Server,
Auditing and Logging as recommended by CERT-In (www.cert-
in.org.in)
d) IT (Amendment) Act 2008
Project IEEE/ISO specifications for documentation
Documentation
IT Infrastructure ITIL/EITM Specifications
Management
Service ISO / IEC 20000 Specifications
Management
Please note this list is not exhaustive.
In case the Contract period with the Bidder is extended beyond 5 years after Go-Live, the
Deliverables of the “Monitor and Review” Phase would continue for the extended period.
a) "Uptime" shall mean the time period for which the specified services / components with
specified technical and service standards are available to CIDCO. Uptime, in percentage, of
any component/service (Non IT & IT) can be calculated as:
b) Uptime = {1- [(Downtime) / (Total Time – Maintenance Time)]} * 100
c) “Downtime” shall mean the time period for which the specified services / components with
specified technical and service standards are not available to CIDCO and excludes the
scheduled outages planned in advance for CIDCO core application, related infrastructure
and the link failures
d) “Incident” refers to any event / abnormalities in the functioning of the CIDCO application,
Infrastructure and services that may lead to disruption in normal operations
e) “Helpdesk Support" shall mean, the time of 9 AM to 7 PM on all working days during which
the team shall handle Fault reporting, Trouble Ticketing and related enquiries during this
contract
f) “Response Time” shall mean the time incident is reported to the help desk and an engineer /
resource is assigned for the reported incident
g) “Resolution Time” shall mean the time taken (after the incident has been reported at the
helpdesk), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second
level or to respective SI, getting the confirmatory details about the same from the SI and
conveying the same to the end user), the services related troubles during the first level
escalation
The resolution time shall vary based on the severity of the incident reported at the help desk.
The severity would be as follows:
a) Critical / High: Incidents which impact the overall solution like outage of CIDCO Portal /
Application and which has a high impact on service delivery to business users and
respective departments. Incidents, whose resolution shall require additional investment in
components or time or shall involve coordination with OEMs, Incidents for which no work
around is available. Incidents that impact multiple locations
b) Medium: Incidents which impact a limited number of users. The main application at CIDCO
is available but productivity of limited number user (more than 5) is getting affected.
Example: CIDCO portal and application are up but certain users (more than 5) are unable to
login/access/ submit request/ process service requests etc. Incidents, whose resolution
shall require replacement of hardware or software parts, require significant interruption in
working of that individual component. Acceptable work around is available. For example,
installation of operating system, patches etc.
c) Low: Incidents whose resolution shall require changes in configuration of hardware or
software, which will not significantly interrupt working of that component and which
impact less than 5 users. Incidents like functionality enhancement and/or support for
modifications or maintenance of source code, application version enhancement etc.
Indicative SLAs for Helpdesk/ Maintenance support calls for CIDCO Portal, Application:
Critical/High 15 minutes from the call <=2 hrs for critical incident
logged
Medium 30 minutes from the call <= 8 hrs from the time incident is logged
logged at the helpdesk
Low 45 minutes from the call <= 16 hrs from the time incident is logged
logged at the helpdesk
CRITICAL
Severity Level 1 (S1): Problems affecting the data center or DR site or users unable to use
application or perform a function, and there is no alternative workaround available, resulting in
an unacceptable impact on business.
Severity Level 2 (S2): Problems affecting more than one location (other than the Data Center
related problems) or application materially restricted or degraded.
MEDIUM
Severity Level 3 (S3): Problems affecting more than five users within any location or user able
to use the application but with limited functionality, with the problem not being critical to
overall operation.
LOW
Severity Level 4 (S4): Problems affecting less than five users within one location (provided
there are 5 or more users at that location) or users able to use application, subject to minor
inconvenience.
Equivalent instances are calculated as per weightage allotted to each Severity type. The relation
between the Severity and its Weightage is captured in the “Measurement” Column of the Service
Level Metrics.
The following points clarify the manner in which the SLA metrics will operate:
a) A set of parameters have been identified as key for ensuring the desired performance level
for CIDCO project
b) The table lists out the baseline performance level, method of measurement and how low
performance will be treated
c) The Bidder will get the payment on the monthly basis if the baseline performance is
complied, as per the payment terms and conditions specified in this document
d) It is proposed that a SLA holiday will be provided to the SI for a period of 3 months (90
Days) only from the day of Go-Live as the stabilization period. (CIDCO may provide an
additional SLA holiday of 1 month under exigencies) After that all the applicable
performance as well as other SLAs will apply
e) The Department may choose to revisit SLA at the end of first quarter after Go-Live for the
first time; and thereafter evaluate it after every 12 months, to analyze if any changes are
required in certain parameters to make it more transparent, quantitative & robust
Note: In the event of a disaster, when the DR site is operational, the SLA parameters for the
application will be the same as that of DC for normal operation.
b) Service levels for Out Bound Call Centre and Integration with External Systems
i. Outbound Call Centre
ii. Integration with Other Systems
c) Roll out of the Project
d) Business Continuity
e) Change Requests and Penalty Applicable
f) Penalty Applicable for non-compliance of Policy/Procedure
g) Penalty Applicable for Breach of Application Security or Compromise of Application
Integrity
h) Penalty Applicable for non-compliance of relevant security certifications
1 Average Call 0% 3 0.01 - 0.25 1.01 - 0.5 >2.00% 3 Monthly MIS reports
Lost Rate 1.00% 2.00% generated from the
Helpdesk
(Total No. of
calls lost System deployed,
because they operated and
were not maintained by the
attended by Selected SI.
an operator /
Total
incoming
calls )*100
MEDIUM
LOW
Severity Weightage
S1 1
S2 1/2.5
S3 1/4
S4 1/5.5
For e.g.
For 7
instances,
the score
will be
negative
0.25
For e.g.
For 10
instances,
the score
will be
negative
0.25
For e.g.
For 13
instances,
the score
will be
negative
0.25
will be - Time.
0.5
Response time for
various types of
Problems.
CRITICAL:
MEDIUM:
LOW:
Equivalent instances
are calculated as:
Severity Weightage
S1 1
S2 1/2.5
S3 1/4
S4 1/5.5
For example, 3
instances of
overshooting Issue
response time for S3
type complaints would
result in ¾ “Equivalent
Instances of not
Meeting Issue Response
Time”.
For e.g.
For 7
instances,
the score
will be
negative
0.25
For e.g.
For 10
instances,
the score
will be
negative
0.25
For e.g.
For 13
instances,
the score
will be
negative
0.25
1 Maximum < 2 sec 9 For LAN: 2 For LAN: 4 LAN: 9 Monthly MIS reports
time for for LAN generated from the
2.01 - 3 3.01 – 5.0 > 5.0 In case of
Home Page users, system deployed,
secs secs total
opening secs maintained and
number
For operated by the SI.
of
<4 secs WAN:
For WAN: monthly
for WAN For WAN:
4.01 - 5 non-
users 5.01 - 7.0
secs > 7.0 secs adherenc
secs
e to the
baseline
exceeds
50;
Deduct
10 points
2 Maximum <2 sec for 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
time for LAN generated from the
opening users, 2.01 - 3 3.01 – > 5.0 secs In case of system deployed,
secs 5.0 secs total
Menu page maintained and
number
after User For operated by the SI.
For WAN: of
Login <4 secs WAN:
For monthly
for WAN > 7.0 secs
4.01 - 5 WAN: non-
users
secs adherenc
5.01 -
e to the
7.0 secs
baseline
exceeds
50;
Deduct
10 points
3 Menu <2 sec for 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
Navigation – LAN generated from the
To display the users, 2.01 - 3 3.01 – > 5.0 secs In case of system deployed,
secs 5.0 secs total
menu as per For WAN: maintained and
number
the defined For operated by the SI. The
> 7.0 secs of
user role and <4 secs WAN: department/third party
For monthly
profile for WAN must be able to access
4.01 - 5 WAN: non-
users the MIS generating tool.
secs adherenc
5.01 -
e to the
7.0 secs
baseline
This SLA is set
exceeds
considering average
50;
page size of 50 KB.
Deduct
10 points
4 Screen <2 sec for 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
display the users, secs 5.0 secs > 5 secs total system deployed,
selected data number maintained and
entry screen of operated by the SI.
from the <4 secs For For For WAN: monthly
menu chosen for WAN WAN: WAN: non-
> 7.0 secs
users adherenc
4.01 - 5 5.01 -
e to the
secs 7.0 secs
baseline
exceeds
50;
Deduct
10 points
5 Response For LAN: 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
time taken to generated from the
commit a Simple Simple Simple Simple In case of system deployed,
Complexi Complexi Complexi Complexit total
transaction maintained and
ty: ty: ty: y: number
High High
Complexi Complexi
ty: ty:
20.01 – 24.01 -
24 30 secs
6 Response For LAN: 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
Time for generated from the
Screen with Simple Simple Simple Simple In case of system deployed,
Query : Query: Query: Query: total
Query maintained and
number
Retrieval <5 secs 5.01 - 7 7.01 - 9 >9 secs operated by the SI.
of
secs secs
Simple Query Medium Medium monthly
Complexi Medium Medium Complexit non-
Medium
ty Query: Complexi Complexi y Query: adherenc
Complexity
ty Query: ty Query: e to the
Query <10 secs >15 secs
baseline
10.01 - 12.01 -
High High High exceeds
12 secs 15 secs
Complexity Complexi Complexit 50;
Query ty Query: High High y Query: Deduct
Complexi Complexi
Complexity of <15 secs >20 secs 10 points
ty Query: ty Query:
the query will
High High
Complexi Complexi
ty Query: ty Query:
20.01 - 25.01 -
25 sec 30 secs
7 Reports For LAN: 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
Generation generated from the
Response Simple Simple Simple Simple In case of system deployed,
Query : Complexi Complexi Complexit total
Time maintained and
<10 secs ty Query: ty Query: y Query: number
operated by the SI.
(this is of
10.01 - 12.01 - >15 secs
excluding monthly The department/third
12 secs 15 secs
dashboard Medium non- party must be able to
reports) Complexi adherenc access and view the MIS
Medium
ty Query e to the generating tool.
Medium Medium Complexit
baseline
60.01 - 65.01 -
65 secs 70 secs
30.01 - 32.01 -
32 secs 35 secs
Medium Medium
Complexi Complexit
ty Query y Query:
Medium Medium
:<60 secs
Complexi Complexi >65 secs
ty Query: ty Query:
High
High 60.01 - 62.01 - Complexit
Complexi 62 secs 65 secs y Query:
ty query :
High >190 secs
<180 Complexi
High
secs ty Query:
Complexi
ty Query: 185.01 -
190 secs
180.01 -
185 secs
8 Maximum For LAN 8 For LAN: 2 For LAN: 4 For LAN: 8 Monthly MIS reports
time for generated from the
submission of <6 secs, 6.01 - 8 8.01 – > 10 secs In case of system deployed,
secs 10.0 secs total
forms/ data maintained and
number
(Time operated by the SI. The
For WAN For WAN: of
between department/third party
For For monthly
pressing the <10 secs > 14 secs must be able to access
WAN: WAN: non-
‘submit’ and view the MIS
adherenc
button and 10.01 - 12.01 - generating tool.
e to the
generation of 12 secs 14.0 secs
baseline
acknowledge
exceeds
ment of
50;
successful or Deduct
un-successful
10 points
submission
from the
system)
Uptime, [(System
Downtime)/(Total
Database
Time – Planned
Server
Maintenance
Uptime,
Time)]*100}
Application
For purpose of
Server
calculation of SLAs,
Uptime,
following hours will be
Web Server used:
Uptime
PDC and DRC: 24 X 7
Reporting
“System Downtime”
Server
shall mean the time
Uptime (if
period for which the
any)
specified services /
All SAN components with
Storage specified technical and
‘planned maintenance
time’ with prior
approval of the
Department. This will
be planned outside
working time. In
exceptional
circumstances,
Department may allow
the SI to plan scheduled
downtime in the
working hours. In any
case this should not
exceed 0.5% of the total
time.
System Downtime at a
location = Time for
which system’s users
are not able to access
the application, portal
or any other IT
components of the
system at that location
to perform day to day
operations/transaction
s.
4 Peak Link <75% 10 75.01% - 2.5 80.01% - 5 >85% 10 MIS reports generated
Utilization 80% 85% from the monitoring
system deployed and
maintained by the SI.
The department/third
party must be able to
access the MIS
generating tool.
Participants who do
not pass have to be
retrained once by the SI
at no additional cost.
For computing the
passing percentage a
maximum of 2 attempts
253 City and Industrial Development Corporation of Maharashtra Ltd.
RFP for Selection of System Integrator for Implementation of Integrated SAP for CIDCO
2 Training 100% 2 99.99% 0.125 89.99% 0.25 <75% 2 MIS reports generated
Timeliness to 90% to 75% from the System
deployed, operated and
maintained by the
Selected SI. The
department/third party
must be able to access
the MIS generating tool.
management
request
during non-working
hours so that critical
patch can be installed.
1 Compliance in 100% by 3 Upto one 0.125 Upto two 0.25 More than 3 Random inspection by
document last date week weeks 2 weeks the consultant
versioning of the beyond beyond beyond
(FRS, SRS, month the the the month
User, Training month month end date
Manual etc.), end date end date
application
version
control,
updates &
patches etc.
Note: These SLA’s have to be met considering internet connection of minimum 256 Kbps.
1 Maximum <5 sec for 10 For 2 For 5 For 10 Monthly MIS reports
time for users Internet: Internet: Internet: generated from the
In case of
Home Page system deployed,
5.01 - 6 6.01 – > 7 secs total
Opening maintained and
secs 7.0 secs number
operated by the SI.
of
monthly
non-
adherenc
e to the
baseline
exceeds
50;
deduct
20 points
2 Maximum <5 sec for 10 For 2 For 5 For 10 Monthly MIS reports
time for all users Internet: Internet: Internet: generated from the
web page and In case of system deployed,
5.01 - 7 7.01 – > 8 secs total
static page maintained and
secs 8.0 secs number
loading operated by the SI.
of
monthly
non-
adherenc
e to the
baseline
exceeds
50;
deduct
15 points
3 Maximum <5 sec for 15 For 3 For 5 For 15 Monthly MIS reports
time for User users Internet: Internet: Internet: generated from the
Login and In case of system deployed,
5.01 - 7 7.01 – > 8 secs total
Menu page maintained and
secs 8.0 secs number
opening operated by the SI.
of
monthly
non-
adherenc
e to the
baseline
exceeds
50;
deduct
25 points
25 points
2 < 161 & >=121 (Lower Performance SLA - Category B) 0.5% of monthly payment for every point between < 161 & >=121
Example: SLA Score of 135 will lead to penalty of (0.25% * 30) + (0.5% * 25) = 20%
Note:
e) In the event of a disaster, when the DR site is operational, the SLA parameters for the application will be the same as the SLA defined for
normal operation.
f) The SLA penalties will be capped at 20% of the QGR Payments
5.4 Service levels for Out Bound Call Centre and Integration with External Systems
Lower Performance Lower Performance
Service Baseline Breach Measurement
Sr. Level – Category A Level – Category B
4 Percentage > 98% 7.5 97 -98% 1.5 95 -97% 3.75 < 95% 7.5 MIS reports generated
of Monthly from the EMS deployed,
Connection operated and maintained
s by the Selected SI.
Established
5 Closure 100% 7.5 98.1 - 1.5 97 -98% 3.75 < 97% 7.5 MIS reports generated
Rate for 99.9% from the EMS deployed,
Established operated and maintained
Monthly by the Selected SI.
Connection
s
Total 35
Total Score: 35
Score Range of No SLA category: 31 – 35
Note: Overall SLA Penalties will be capped at 20% of the QGR Payments
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
PHASE I – DESIGN AND DEVELOPMENT
Project Initiation & T Detailed Project T to T+1/2 >T+1/2 A Penalty of 0.05% per week for the first two weeks,
Team Mobilization Plan 0.1% per week for every subsequent week, subject
Detailed resource to a maximum of 0.5 %.
profile Once the maximum penalty limit has reached
Resource department has the right to call for Annulment of
allocation plan the contract.
Risk Penalty will be computed on Total Contract Value.
management and
mitigation plan
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
Requirements T1=T+5 Report on any T+5 to T+6 > T+6 A Penalty of 0.05% for the first month, 0.1% per
Analysis & Design additional month for every subsequent month, subject to a
functionalities maximum of 0.5 %.
suggested to Once the maximum penalty limit has reached
improve department has the right to call for Annulment of
efficiency of the contract.
proposed system Penalty will be computed on Total Contract Value.
System Design
Report
Technical Design
Document
Software
Requirement
Specifications
Report
Development & T2=T1+ Architecture & T1+9 to > T1+10 A Penalty of 0.05% for first month, 0.10% per
Coding 9 DB design Report T1+10 month for every subsequent month. Subject to a
maximum of 1.0 %.
Deployment Plan Once maximum penalty limit has reached
department has the right to call for Annulment of
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
the contract.
Penalty will be computed on Total Contract Value.
Testing & UAT T3=T2+ Test Cases T2+2 to T2+3 > T2+3 A Penalty of 0.02% for first month, 0.04% per
2 Test Data month for every subsequent month. Subject to a
Test Reports maximum of 0.5 %.
generated at all Once maximum penalty limit has reached
stages (until zero department has the right to call for Annulment of
defects) the contract.
Application Test Penalty will be computed on Total Contract Value.
plan, Test cases,
Test
assumptions,
Test coverage
and boundaries
UAT Sign-off
Certificate
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
Procurement, T4=T+ Procurement T+12to T+13 >T1+13 A Penalty of 0.1% for first month, 0.2% per month
Installation of 12 Reports for every subsequent month. Subject to a maximum
Hardware & Invoices & of 1.0 %.
Networking related warranty Once the maximum penalty limit has reached
components information department has the right to call for Annulment of
Location wise the contract.
BoM with Penalty will be computed on Total Contract Value.
technical
specifications for
the IT hardware,
network and
other IT
infrastructure
requirements
Report on the
reusability of
existing
infrastructure
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
Application Training T5=T2+ Detailed Training T2+4 to T2+5 > T2+5 A Penalty of 0.05% for first month, 0.1% per month
4 plan for every subsequent month. Subject to a maximum
Training manual of 1.0 %.
Training material Once the maximum penalty limit has reached
Training department has the right to call for Annulment of
&Change the contract
Management Penalty will be computed on Total Contract Value.
report
Training
Schedule / Plan
Satisfactory
Training
Completion
Feedback Report
Integration & T6=T3+ Handholding T3 + 1 to A Penalty of 0.05% for first month, 0.1% per month
Handholding Support 1 Support for the T3+2 for every subsequent month. Subject to a maximum
Transition of 1.0 %.
Management Once the maximum penalty limit has reached
department has the right to call for Annulment of
the contract.
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
Penalty will be computed on Total Contract Value.
Commissioning & Go- T7=T6+ Helpdesk / T6+1 to T6+2 >T6+2 A Penalty of 0.2% for first month, 0.4% per month
Live 1 Technical for every subsequent month. Subject to a maximum
support plan of 1.0 %.
Business Once the maximum penalty limit has reached
Continuity and department has the right to call for Annulment of
Disaster the contract.
Recovery plan Penalty will be computed on Total Contract Value.
including backup
plan
Data migration
plan
Manpower
deployment plan
Certificate of
successful
commissioning
Go-live Plan
Base SLA
Penalty Amount of Penalty (Calculated based on
Activity Timelines Deliverables Applicable
Applicable milestone payment)
(months) (months)
Operations, T8=T7+ Monitoring
Maintenance & 60 Framework
Warranty support for Escalation
period of 5 years Reports
MIS reports with
details of
Operations
Maintenance /
Support /
Warranty
Activities carried
out
Exit Management
Plan including
plan for
Knowledge
Transfer
Note:
“T” - Time of signing of contract with the Bidder
In case where approval of documents is required from CIDCO, CIDCO will have two weeks to approve the same, beyond which the applicable
delivery date for the subsequent milestone will be extended by the amount of time that CIDCO takes to approve beyond two weeks. For e.g. if the
milestone for a deliverable is T+5 months and SI submits on T+5 months but CIDCO takes three weeks to approve the document, then the next
deliverable which was originally scheduled for T+5 months will now be scheduled for T+5 months and 3 weeks.
The SI must submit a detailed project plan for all the activities mentioned in this document. If there are any issues related to adherence of
timelines, the SI should raise the concerns to CIDCO in writing.
The SI is also required to provide an alternative but equally viable solution to meet the expectations. In all such matters, the decision of CIDCO will
be final and binding on all parties.
Change request type Severity of SLA Penalty Penalty Amount (Penalty calculated on
(Simple, Medium, change (Low, Applicable value of change requests)
Highly Complex) Critical, Highly (weeks)
Critical)
Medium Low T to T+3, where T is the >T+3 week A Penalty of 0.5% per week for the first two
timeframe for completion of weeks, 1.0% per week for every subsequent
the Change request as weeks, subject to a maximum of 5 %
agreed upon by the dept., SI
and Consultant
Medium Critical T to T+2, where T is the >T+2 weeks A Penalty of 0.75% per week for the first two
timeframe for completion of weeks, 1.5% per week for every subsequent
the Change request as weeks, subject to a maximum of 6 %
agreed upon by the dept., SI
and Consultant
Medium Highly Critical T to T+1, where T is the >T+1 week A Penalty of 1.0% per week for the first two
timeframe for completion of weeks, 2.0% per week for every subsequent
the Change request as weeks, subject to a maximum of 7 %
agreed upon by the dept., SI
and Consultant
Highly Complex Low T to T+4, where T is the >T+4 weeks A Penalty of 0.5% per week for the first two
timeframe for completion of weeks, 1.0% per week for every subsequent
the Change request as weeks, subject to a maximum of 6%
agreed upon by the dept., SI
Change request type Severity of SLA Penalty Penalty Amount (Penalty calculated on
(Simple, Medium, change (Low, Applicable value of change requests)
Highly Complex) Critical, Highly (weeks)
Critical)
and Consultant
Highly Complex Critical T to T+3, where T is the >T+3 weeks A Penalty of 0.75% per week for the first two
timeframe for completion of weeks, 1.5% per week for every subsequent
the Change request as weeks, subject to a maximum of 7%
agreed upon by the dept., SI
and Consultant
Highly Complex Highly Critical T to T+2, where T is the >T+2 Weeks A Penalty of 1.0% per week for the first two
timeframe for completion of weeks, 2.0% per week for every subsequent
the Change request as weeks, subject to a maximum of 8%
agreed upon by the dept., SI
and Consultant
Please Note:
Once maximum penalty limit has been reached, department has right to cancel the CR and get the CR activity implemented by third party and
recover all the cost and interest charges from the SI by imposing additional penalties.
If the man-month estimate provided by the SI for any CR is found to be excessive by the Department and PMC, the Department has the right to get
the CR activity implemented by third party and recover all the cost and interest charges from the SI by imposing additional penalties.
Please Note:
The compliance check will be carried out for all the processes at least once every quarter by
department officials or by a department nominated agency.
For any Non Compliance or Non Adherence repeated on 3 occasions for any of the classification
(People, Process and Technology), Department will consider the case as breach of contract
agreement and will proceed with annulment of the contract, levy of penalties and recovery of
damages arising from annulment of contract.
1. Floods/Storms/terrorist attacks
Disruption due to heavy clouds, extreme windy conditions, dust storms, hailstorms,
2.
etc. only in case of VSAT locations.
Damage to equipment due to water seepage on account of rains and bad weather
3.
conditions (only where the physical room space is maintained by the Dept.)
In addition to the above mentioned factors certain cases outside the control of the SI may hinder
the process of monitoring the system downtime. For example: Issues at user end like switching
off of equipment (WAN/ UPS, etc.) before office closing hours or during office hours, late
switching on of equipment (WAN/ UPS, etc.) in the morning, etc. The department at its
discretion may decide any such cases/situations which need to be taken into consideration
while monitoring the system downtime. The department shall also take necessary corrective
actions in these cases.
It should be noted that EMS solution should be deployed for SLA monitoring. Important Notes
by the SI and any CIDCO requirements specific configuration parameters setting would also be
done by the SI. This tool would be deployed in the Data Center and would be accessible to
CIDCO nominated officials and also to any centralized agency nominated by CIDCO.
CIDCO will be making the Milestone payments on completion of the milestones defined in the
RFP as follows:
PROPOSED PROPOSED
YEAR
YEARLY PAYMENT (% OF TCV) QGR PAYMENT (% OF TCV)
As per the above table, the QGR payments for all the four quarters of the first year of the
contract will be 2.50% of TCV, in the 2nd year all four QGR payments will be 2.75% of TCV and
so forth.
c) For Quarterly Guaranteed Payment, the selected vendor will be required to raise an invoice
along with detailed report
d) When making payments to the Bidder / SI, CIDCO shall make the payment to the SI inclusive
of Service Tax. It will be the SI’s responsibility to further ensure the payment of Service Tax.
Solution Availability
Helpdesk Availability
Change Requests
Non-compliance of Policy/Procedure
Name and complete official Telephone, Fax and E-mail of the organization
address of Organization Tel:
submitting query / request for Fax:
Email:
clarification
Content of Change
Raised By
Sr. Volume Section Page RFP Requested/
(Company Response
No. No. No. No. Requiring Clarification
Name)
Clarification required
1.
2.
3.
4.
5.
6.
GENERAL INFORMATION
Name
Address
Telephone Fax
E-mail Website
Details of Authorized person
Name
Address
Telephone E-mail
Sr. Name of Lead Member and Other Specific responsibilities of each member (including
No. Members in consortium Lead Member) in the scope of project
1.
2.
and
In consideration of the above premises and agreement all the parties in this Consortium do
hereby mutually agree as follows:
In consideration of the selection of the Consortium as the Bidder for CIDCO Ltd., we the
Members of the Consortium do hereby unequivocally agree that M/s..................................................
(Insert name of the Lead Member), shall act as the Lead Member as defined in the Proposal
documents for self and agent for and on behalf of ………………………………. (the names of all the
Other Consortium Member of the Consortium to be filled in here)
The Lead Member is hereby authorized by the Other Member of Consortium and parties to the
Consortium Agreement to bind the Consortium and receive instructions for and on behalf of the
Other Consortium Member.
The Lead Member shall be liable and responsible for ensuring the individual and collective
commitment of each of the Members of the Consortium. Each Consortium Member further
undertakes to be individually liable for the performance of its part of the obligations without in
any way limiting the scope of collective liability envisaged in this agreement.
It is expressly understood and agreed between the Members that the responsibilities and
obligations of each of the Members shall be as delineated as annexed hereto as specified in the
RFP (to be provided by the Lead Member) forming integral part of this Agreement. It is further
agreed by the Members that the above sharing of responsibilities and obligations shall not in
any way be a limitation of joint and several responsibilities and liabilities of the Members, with
regards to all matters relating to the Project.
It is clearly agreed that the Lead Member shall ensure performance in all respect under the
Contract and if one or more Consortium Members fails to perform its/ their respective
obligations under the Contract, the same shall be deemed to be a default by all the Consortium
Members.
This Consortium Agreement shall be construed and interpreted in accordance with the Laws of
India and courts at Mumbai alone shall have the exclusive jurisdiction in all matters relating
thereto and arising there under.
It is hereby agreed that if the Bidding Consortium is qualified to submit a Proposal, the Lead
Member shall submit the Bid Security, as stipulated in the Proposal documents, on behalf of the
Consortium Members.
It is hereby agreed that in case of selection of Bidding Consortium as the successful bidder, the
parties to this Consortium Agreement do hereby agree that Lead Member shall submit the
Performance Bank Guarantee as mentioned in the RFP documents, on behalf of the Consortium
Members.
It is further expressly agreed that the Consortium Agreement shall be irrevocable and shall form
an integral part of the Proposal and shall remain valid till the completion of the Project. The
Lead Member is authorized and shall be fully responsible for the accuracy and veracity of the
representations and information submitted by the Consortium Members respectively from time
to time in response to the Proposal and for the purposes of the Assignment.
It is hereby expressly agreed between the Members to this Consortium Agreement that neither
Member shall assign or delegate its rights, duties or obligations under this Agreement except
with prior written consent of CIDCO Ltd.
a) has been duly executed and delivered on behalf of each Member hereto and constitutes
the legal, valid, binding and enforceable obligation of each such party,
b) sets forth the entire understanding of the parties hereto with respect to the subject
matter hereof;
c) shall not be amended or modified except in writing signed by each of the Member and
with prior written consent of CIDCO Ltd.
IN WITNESS WHEREOF, the parties to the Consortium Agreement have, through their
authorized representatives, executed these present and affixed Common Seals of their
respective companies on the Day, Month and Year first mentioned above.
M/s.………………
Name:
Common Seal of..............................
Designation:
has been affixed in my/our presence
Place: pursuant to the Board of Director’s
resolution dated........ ......................
Date:
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
M/s………………………….
Name:
Common Seal of..............................
Designation:
has been affixed in my/our presence
Place: pursuant to the Board of Director’s
resolution dated........ ......................
Date:
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
M/s………………………….
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
Attested:
(Signature)
(Notary Public)
Place:
Date:
[Date]
To,
SYSTEM MANAGER
CIDCO
Dear Sir,
Ref: RFP for Selection of Bidder for Implementation of SAP ERP for CIDCO
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the professional services as required and outlined in the RFP for
the aforementioned Project.
We attach hereto our response (Pre-qualification, Technical and Commercial) as required by the
RFP, which constitutes our Proposal.
We confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered to CIDCO is true,
accurate, verifiable and complete. This Proposal includes all information necessary to ensure
that the statements therein do not in whole or in part mislead the evaluation and selection
process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the evaluation and selection process, we are liable to be
dismissed from the selection process or be terminated during the Contract, if selected to sign
and execute the Contract.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document but for the suggestions provided by us along with our Proposal in the format
prescribed in the RFP and also agree to abide by this Bid for a period of six months from the
date of submission of the Proposals.
The suggestions provided by us are subject to review by CIDCO during the proposal review
Stage and CIDCO reserves the right to reject the suggestions made as indicated in the RFP.
We hereby declare that in case the Contract is awarded to us, we shall submit the Performance
Bank Guarantee in the format prescribed in the RFP within 15 Business Days of issuance of the
Letter of Acceptance to us.
We agree that you are not bound to accept any Bid you may receive. We also agree that you
reserve the right in absolute sense to reject all or any of the products/ services specified in the
Bid.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/
organization and empowered to sign this document as well as such other documents, which
may be required in this connection.
[Date]
To
SYSTEM MANAGER
CIDCO
Sir,
Thanking you,
Yours faithfully
Name :
Designation :
Date :
Time :
Seal :
Business Address
as our Attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to our Proposal for the Selection of Bidder for Implementation of
SAP ERP in CIDCO including signing and submission of all documents and providing information
/ responses to CIDCO, representing us in all matters before CIDCO, and generally dealing with
CIDCO in all matters in connection with our Proposal for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney
shall and shall always be deemed to have been done by us.
For ___________________________
Name:
Designation:
Date:
Time:
Seal:
Business Address:
Accepted,
………….. (Signature)
Note:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it
is so required the same should be under common seal affixed in accordance with the required
procedure.
The Power of Attorney should be supported by a duly authorized resolution of the Board of
Directors of the Bidder authorizing the person who is issuing this power of attorney on behalf of
the Bidder.
[Date]
To
SYSTEM MANAGER
CIDCO
Sir,
I/We as Bidder (SI) do hereby undertake that there is, absence of, actual or potential conflict of
interest on our part, on part of our Consortium Member (in case of a Consortium) due to prior,
current, or proposed contracts engagements, or affiliations with CIDCO.
I/We also confirm that there are no potential elements (time frame for service delivery,
resource, financial or other) that would adversely impact our ability to complete the
requirements of this RFP.
We undertake and agree to indemnify and hold CIDCO harmless against all claims, losses,
damages, costs, expenses, proceeding fees of legal advisors (on a reimbursement basis) and fees
of other professionals incurred (in the case of legal fees & fees of professionals, reasonably) by
CIDCO and/or its representatives, if any such conflict arises later.
Yours faithfully,
Authorized Signatory
Designation
Date
Time
Seal
Business Address
[Date]
To
SYSTEM MANAGER
CIDCO
Sir,
I/We as Lead Member, hereby declare the Roles and Responsibilities of the Consortium
members:
Assigned Scope
Sr. No. Name Status Responsibilities
of work
1. A Lead Member
2. B Other Member
I/We understand that as Lead Member, I/We possess majority of the stake in this Project. I/We
understand that stake is calculated based on roles and responsibilities declared for the
Consortium in the Bid and the associated pricing declared in the Commercial Proposal. I/ We
understand that if this information / declaration are found to be false or incorrect, CIDCO
reserves the right to reject the Bid or terminate the Contract with us immediately without any
compensation to us.
Yours faithfully,
Designation
Date
Time
Seal
Business Address
This AGREEMENT (hereinafter called the “Agreement”) is made on the [day] day of the month of
[month], [year], between, CIDCO on the one hand, (hereinafter called the “CIDCO”) and, on the
other hand, [Name of the Bidder] (hereinafter called the “Bidder”) having its registered office at
[Address]
WHEREAS
1. The “CIDCO” has issued a public notice inviting various organizations for provision of
services under the Total SAP ERP Solution for implementation of e-Governance Project
(hereinafter called the “Project”) of the CIDCO;
2. The Bidder, having represented to the “CIDCO” that it is interested to bid for the proposed
Project,
a) In connection with the “Project”, the CIDCO agrees to provide to the Bidder a detailed
document on the Project vide the Request for Proposal contained in two volumes. The
Request for Proposal contains details and information of the CIDCO operations that are
considered confidential.
b) The Bidder to whom this information (Request for Proposal) is disclosed shall –
i. hold such information in confidence with the same degree of care with which the
Bidder protects its own confidential and proprietary information;
ii. restrict disclosure of the information solely to its employees, (consortium) other
member with a need to know such information and advise those persons of their
obligations hereunder with respect to such information;
iii. use the information only as needed for the purpose of bidding for the Project;
iv. except for the purpose of bidding for the Project, not copy or otherwise duplicate
such information or knowingly allow anyone else to copy or otherwise duplicate
such information; and
v. undertake to document the number of copies it makes
vi. on completion of the bidding process and in case unsuccessful, promptly return
to the CIDCO, all information in a tangible form or destroy such information
4. The Bidder shall have no obligation to preserve the confidential or proprietary nature of any
information which:
a) was previously known to the Bidder free of any obligation to keep it confidential at the
time of its disclosure as evidenced by the Bidder’s written records prepared prior to
such disclosure; or
b) is or becomes publicly known through no wrongful act of the Bidder; or
c) is independently developed by an employee, agent or contractor of the Bidder not
associated with the Project and who did not have any direct or indirect access to the
information.
5. The Agreement shall apply to all information relating to the Project disclosed by the CIDCO to
the Bidder.
6. CIDCO will have the right to obtain an immediate injunction enjoining any breach of this
Agreement, as well as the right to pursue any and all other rights and remedies available at law
or in equity for such a breach.
7. CIDCO reserves the right to share the information received from the bidder under the ambit
of RTI Act
9. This Agreement shall be effective from the date of signing of this agreement and shall
continue perpetually.
10. Upon written demand of the CIDCO, the Bidder shall (i) cease using the information, (ii)
return the information and all copies, notes or extracts thereof to the CIDCO forthwith after
receipt of notice, and (iii) upon request of the CIDCO, certify in writing that the Bidder has
complied with the obligations set forth in this paragraph.
11. This Agreement constitutes the entire Agreement between the CIDCO and the Bidder
relating to the matters discussed herein and supersedes any and all prior oral discussions
and/or written correspondence or agreements between the two parties. This Agreement may
be amended or modified only with the mutual written consent of the parties. Neither this
Agreement nor any right granted hereunder shall be assignable or otherwise transferable.
12. Confidential information is provided “As-Is”. In no event shall the CIDCO be liable for the
accuracy or completeness of the confidential information.
13. This agreement shall benefit and be binding upon the CIDCO and the Bidder and their
respective subsidiaries, affiliate, successors and assigns.
14. This agreement shall be governed by and construed in accordance with the Indian laws.
(Signature)
Designation :
Date :
Time :
Seal :
Business Address
NAME OF BIDDER:
Year 1
Year 2
Year 3
1. The information supplied shall be substantiated by data in the audited balance sheets and
profit and loss accounts for the relevant years and submitted as attachments in respect of the SI
or all partners constituting the SI.
NAME OF BIDDER:
2. Reserves and
surpluses
3. Revaluation Reserve
5. Accumulated losses
6. Miscellaneous
expenditure
Net Worth
[= 1 +2-3-4-5-6]
The bidder shall attach copies of the following original documents with the form:
a) Copies of the audited balance sheets, including all related notes, and income statements
for the last three years, as indicated above, complying with the following conditions
b) All such documents reflect the financial situation of the Bidder or partner to a JV, and
not sister or parent companies
c) Net Worth must be audited by a certified accountant
d) Net Worth must be complete, including all notes to the financial statements
e) Net Worth must correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted)
f) Contents of this form should be certified by a Chartered Accountant/Auditor
If partner in a JV specify
participation in total System
Integration / Application
Development contract amount/ Percent share of Total: Share Amount: INR
where Bidder has rendered
Consultancy services
The Bidder shall attach copies of Certificate of Completion/Substantial Completion issued by the
Employer with the form, failing which the claim of the Bidder shall be liable to be rejected.
(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate
value in accordance with relevant stamp Act. The stamp paper has to be in the name of the
bidder)**
*1. That the BIDDER or any of its constituents has not been debarred/ banned for business
dealing by any Government Department, Government Agency or public sector undertaking, at
any time and/or no such blacklisting is in force as on the deadline for submission of bids.
That none of the previous contracts of the BIDDER or any of its constituents had been
terminated/rescinded for Contractor’s failure by CIDCO during the period of last 2 years before
the deadline for submission of bids.
The BIDDER or any of its constituents has not been imposed liquidated damages (LD) of 5% or
more of contract value by CIDCO due to delay in the implementation of any previous contract
within the period of last 2 years before the deadline for submission of bid, unless it has been set
aside by the competent authority. [2 years shall be reckoned from the date on which imposed
LD has exceeded 5% of the contract price].
That BIDDER or any of its constituents is neither Bankrupt/Insolvent nor is in the process of
winding-up nor there is a case pending before any Court on the deadline of submission of the
bid.
That the name of the BIDDER or any of its constituents is not on the list of “Poor Performer” of
any previous contract awarded by CIDCO as on the deadline for submission of bid. *
That the BIDDER or any of its constituents has not been issued a Show Cause Notice for poor
performer/blacklisting/ banning of business or order for suspension of business by CIDCO.
We declare that the BIDDER or any of its constituents have not either changed their name or
created a new business entity consequent to having been banned business dealings or
suspended business dealings or having been declared as poor performer.
That The Bidder has on its own payroll more than 100 SAP ERP professionals who are certified
on the proposed product as on 31st march 2013.
8. The BIDDER or its constituents has not been involved in more than 10 litigation cases in
the last 10 years prior to deadline for submission of bids.
9. We declare and certify that we have not made any misleading or false representation in
the forms, statements and attachments in proof of the qualification requirements.
We declare that the information and documents submitted along with the tender by us are
correct and we are fully responsible for the correctness of the information and documents,
submitted by us.
We understand that if the contents of the affidavit are found to be false at any time during bid
evaluation, it will lead to forfeiture of the bid security. Further, we _______ and all our
constituents understand that we shall be liable to be debarred/ banned from award of any
future contract for a period of five years from the date of submission of the bid.
12 We also understand that if the contents of the affidavit are found to be false at any time
after the award of the contract it will lead to termination of the contract, forfeiture of Bid or
Performance Security and Blacklisting, from any award of future contracts for a period of five
years from the deadline for submission of bids.
Verification:
Verified on ______ day of _____ at _________ that the contents of the above mentioned
affidavit are true and correct and nothing material has been concealed there from.
SYSTEM MANAGER
CIDCO
CIDCO Bhavan, CBD Belapur
Navi Mumbai - 400 614
Whereas <<Name of the bidder>> (hereinafter called 'the Bidder') has submitted the bid for
Submission of RFP # <<RFP Number>> dated <<Date>> for <<Name of the assignment>>
(hereinafter called "the Bid") to <<Nodal Agency>>
Know all Men by these presents that we << >> having our office at <<Address>> (hereinafter
called "the Bank") are bound unto the <<Nodal Agency>> (hereinafter called "the Purchaser") in
the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>> only) for which payment
well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns
by these presents. Sealed with the Common Seal of the said Bank this <<Date>>
a) Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees
<<Amount in words>> only)
Seal:
Date:
From:
……………………..
……………………..
To
SYSTEM MANAGER
CIDCO
Dear Sir,
Sub: RFP for Selection of Bidder for Implementation of SAP ERP for CIDCO
Having examined the completeness of RFP documents, studied the terms and conditions of
contract stipulated in the RFP documents we, the undersigned offer to Implementation of SAP
ERP for CIDCO in conformity with the contracts being awarded to contractors up to the stage of
completion of works as specified in the Terms of Reference.
Furnish Performance Security within 15 (Fifteen) days of issue date of Letter of Acceptance.
Enter into the Contract Agreement within 30 (Thirty) days of issue date of Letter of Acceptance.
Unless and until a formal agreement is prepared and executed, this proposal together with your
written acceptance thereof shall constitute a binding contract between us.
I/We __ (Name of the Firm) ____ on behalf of ___ (Names of Joint Consortium Members, if
applicable) ___ submit herewith our Proposal for selection of our firm/organization as Bidder for
the above mentioned Project. The submission comprises of the Technical proposal.
I/We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We certify that in preparation and submission of Technical information we have not taken any
action which is or which constitutes a corrupt or fraudulent practice as defined in the RFP
documents.
I/We agree to allow CIDCO, at its option, to inspect and audit all accounts, documents, and
records relating to the Bidder’s Proposal and to the performance of the ensuing Bidder’s
Contract.
We have not made any tampering or changes in the bidding documents on which the bid is
being submitted and if any tampering or changes are detected at any stage, we understand the
bid will invite summary rejection and forfeiture of bid security/the contract will be liable to be
terminated along with forfeiture of Performance Security, even if Letter of Intent has been
issued.
We declare that there will be no conflict of interest if we take this assignment and we undertake
that we will not take any assignment in future which shall be in conflict with this assignment.
We hereby declare that our Bid is made in good faith, without collusion or fraud and the
information contained in the Bid is true and correct to the best of our knowledge and belief.
I/We understand that, the CIDCO Ltd. is not bound to accept any proposal that the CIDCO Ltd.
may receive.
Yours faithfully,
…………………
(Seal)
Address: ………….
The change requests should be carried out by the Bidder as per the Change Management
Procedure mentioned in this scope document. CIDCO will provide the requirements for the
change requests and decide the penalty for non-compliance as mentioned in the Service Levels
for Change Requests table in this document. The decision of CIDCO will be final and binding on
the Bidder.
Note: In case of consistent Breach, CIDCO will have the right to terminate the contract
agreement with SI as per Section Breach and Rectification.
a) All Bidders are required to adhere to the format and order specified here for the submission
of Technical Proposals
b) The Bidder is required to provide appropriate tags /page numbers in the Technical Proposal
to help locate the relevant information for technical evaluation criteria (TQ-0.1 to TQ-3.7)
and enhance the overall readability of the document. Poor readability of the document may
result into rejection of the Bid
the RFP
1.8 Undertaking from OEM on Instructions and Format as specified in
Authorization of use of their the RFP
OEM Products
TQ-2 Approach & Methodology Instructions and Format as specified
in the RFP
2.1 Rollout strategy Instructions and Format as specified in
the RFP
2.2 Solution Design Instructions and Format as specified in
the RFP
2.3 Operations & Maintenance Instructions and Format as specified in
the RFP
2.4 Resource Deployment Plan Instructions and Format as specified in
the RFP
2.5 Work Plan Instructions and Format as specified in
the RFP
2.6 Business Intelligence & Instructions and Format as specified in
Reporting the RFP
2.7 Proposal Presentation Instructions and Format as specified in
the RFP
TQ-3 Team Proposed Instructions and Format as specified
in the RFP
3.1 Project Manager Max 4 page CV for each Profile.
Instructions and Format as specified in
the RFP
3.2 Solution Architect
(Software)
3.3 Solution Architect
(Infrastructure &
Networking)
3.4 Domain Expert
3.5 Database Administrator
3.6 System Administrator
3.7 Network Administrator
11.2.2 TQ 0: General
Instructions
In this section the Bidders should provide their experience in System Integration and
application development. Details of the experience sought are provided as per the format
specified in the RFP.
The Bidder is required to submit ONLY relevant credentials for the specified competencies.
Only three credentials as sought will be considered for the purpose of evaluation.
In case the same credential is to be used for evaluating two different parameters, the Bidder is
required to attach the credential with supporting proof for both parameters separately in the
order mentioned in this format below.
In case of any confidentially issues that prevent a Bidder from producing Word Orders and
other required documentation for the Past Experience criteria TQ1.1, 1.2 and 1.3, Bidder can
produce the following:
Work orders clearly stating the Client, components of scope of Work, value of the Project,
number of locations, number of internal users as sought in the Criterion, month and year of
commencement of the Project.
For each project where such details are not explicitly stated in the Work order, a Client
Certificate declaring these details should be submitted in addition to the Word Order.
Completion certificate from client mentioning the month and year of completion of rollout for
each Project wherever valid
The details of SAP Implementation Experience must be provided as per the format specified in
the RFP.
Work orders clearly stating the Client, components of scope of Work, value of the Project,
number of locations, number of internal users as sought in the Criterion, month and year of
commencement of the Project.
For each project where such details are not explicitly stated in the Work order, a Client
Certificate declaring these details should be submitted in addition to the Word Order.
Completion certificate from client mentioning the month and year of completion of rollout for
each Project wherever valid
The details of SAP Implementation Experience in Government must be provided as per the
format specified in the RFP.
Work orders clearly stating the Client, value of the support related component of scope of work,
value of Project, month and year of commencement of the Project.
For each project where such details are not explicitly stated in the Work Order, a Client
Certificate declaring these details should be submitted in addition to the Work Order.
Completion certificate from client mentioning the month and year of completion of Rollout for
each Project wherever valid
The details of providing Post Implementation Support for eGovernance Projects must be
provided as per the format specified in the RFP.
Work orders clearly stating the Client, value of the application related component of scope of
work, value of Project, year of commencement of the Project
For each project where such details are not explicitly stated in the Work Order, a Client
Certificate declaring these details should be submitted in addition to the Work Order.
Completion certificate from client mentioning the month and year of completion of Rollout for
each Project wherever valid
The details of Application Experience in SAP Real Estate Domain must be provided as per the
format specified in the RFP.
Work orders clearly stating the Client, value of the application related component of scope of
work, value of Project, year of commencement of the Project
For each project where such details are not explicitly stated in the Work Order, a Client
Certificate declaring these details should be submitted in addition to the Work Order.
Completion certificate from client mentioning the month and year of completion of Rollout for
each Project wherever valid
The details of SAP Integration of various SAP modules with different systems undertaken in
relevant Domain must be provided as per the format specified in the RFP.
The details of Application Experience in relevant Domain must be provided as per the format
specified in the RFP.
329 City and Industrial Development Corporation of Maharashtra Ltd.
RFP for Selection of System Integrator for Implementation of Integrated SAP for CIDCO
a) Structure of the team proposed with details of the size of team, experience of team,
onsite/offsite breakup of effort for various teams / team- members.
b) Approach to meeting and monitoring SLAs
c) Approach to Incident Management
Till Rollout
The Bidders are expected to present their resource deployment plan till the state wide rollout in
the format mentioned below:
a) The Role / Designation mentioned below are an indicative list. The Bidder may feel free
to amend the list as applicable for his approach. ‘M’ indicates the month
The details of Resource deployment till rollout must be provided as per the format specified in
the RFP.
Post Rollout
The Bidders are expected to present their Resource deployment plan beyond the Go-Live period
in the format mentioned below. The Role / Designation mentioned below are an indicative list.
The Bidder may feel free to amend the list as applicable
With respect to the above formats, the Bidders are requested to note the following:
a) For Key Professional Staff sought in the Proposal, the input should be indicated
individually. For others, it may be indicated by category (e.g. Development team)
b) Effort should be indicated in man-weeks. Clear distinction to be made between onsite
effort (at the project location) or offsite effort
c) Bidder may add any additional profile in the resource deployment plan above if
required. Project Manager should be available onsite 100% of the time till the time of
rollout atleast. Additionally, Database Administrator, System Administrator and
Network Administrator should be fulltime onsite resources post rollout
The details of Resource deployment post rollout must be provided as per the format specified in
the RFP.
The details of Work Plan must be provided as specified in as specified in the RFP.
a) Indicate all main activities of the assignment, including delivery of reports (e.g.:
inception, interim, and final reports), and other benchmarks such as Client approvals.
For phased assignments indicate activities, delivery of reports, and benchmarks
separately for each phase
Instructions:
Please note:
The Bidder is required to provide the CVs for each of the positions specified. Only 1 CV must be
provided for each Profile mentioned. In case more than 1 CV is provided, the first one provided
for the Profile will be used for the purpose of evaluation.
In case no CVs are proposed for any of the specified positions, the Technical Score would be
adjusted proportionately. Though Team Members suggested for additional posts would be
considered during evaluation, not proposing additional posts would not detract from the
relative score of the Bidder.
CVs of all Team Members proposed MUST be furnished in the format given below (Max 4 pages
per CV). Non-adherence to the format or missing information in the specified format would
amount to rejection of the CV for evaluation, at the discretion of the Technical Committee.
Only the relevant Projects of each Team Member proposed may be detailed in the CV.
Each profile shall be signed by the proposed Team Member (of whom the profile is submitted)
and the Authorized Signatory of the Bidder. If the signature of the resource cannot be obtained,
the Authorized Signatory, in each profile shall mention and certify that he has obtained the
consent of the respective employee on the accuracy and completeness of qualifications,
experience and other details specified in the profile.
The Technical Committee may, at its discretion, request the Bidder to provide additional details
with respect to any or all of the personnel proposed, if required in the evaluation process.
CIDCO reserves the right to interview the Team Members proposed that will be deployed as part
of the Project. If the proposed Team Member is found unsuitable, CIDCO may reject the
employment of the personnel.
The details of Resource deployment post rollout must be provided as s per the format specified
in the RFP.
Ref No Name of Month and Project Value of Application Month and Number Number of Work Client
Project Year of Value development / Year of of Locations Order Page Certificate
and Commenceme (in INR customization / Project Internal No – Page No
Client nt of the Crores) maintenance work (in INR Completion Users
Name Project Crores)
TQ-1.1:
A1
TQ-1.1:
A2
TQ-1.1:
A3
TQ-1.1: A1 SAP
Implementation
TQ-1.1: A2
Experience
TQ-1.1: A3
TQ-1.2: A1 SAP
Implementation
TQ-1.2: A2
Experience in
TQ-1.2: A3 Government
TQ-1.3: A1 Post
Implementation
TQ-1.3: A2
Support
TQ-1.3: A3 Experience in e-
Governance
Projects
TQ-1.4: A1 Application
Experience in
TQ-1.4: A2
relevant
TQ-1.4: A3 Domain (Real
Estate Domain)
TQ-1.5: A3
[Date]
To
SYSTEM MANAGER
CIDCO
Sub: Authorization of <company name of Bidder> to provide services based on our product(s)
Sir,
This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the
products listed below. I/We confirm that <name of Bidder> (“Bidder”) have due authorization
from us to provide services, to CIDCO, that are based on our product(s) listed below as per
Request for Proposal (RFP) document relating to Selection of Bidder for implementation of SAP
ERP in CIDCO. We further endorse the warranty, contracting and licensing terms provided by
Bidder to CIDCO.
1.
2.
3.
Yours faithfully,
337 City and Industrial Development Corporation of Maharashtra Ltd.
RFP for Selection of System Integrator for Implementation of Integrated SAP for CIDCO
Authorized Signatory
Designation
Date
Time
Seal
Business Address
Project Onsite
Manager Offsite
Onsite
Solution
Architect Offsite
(Software)
Offsite
Solution Onsite
Architect
Offsite
(Infrastructure
& Networking) Offsite
Onsite
Domain Expert
Offsite
Offsite
Onsite
Database
Offsite
Administrator
Offsite
Onsite
Network
Offsite
Administrator
Offsite
Onsite
System
Offsite
Administrator
Offsite
Onsite
Other Offsite
Offsite
Project Onsite
Manager Offsite
Onsite
Solution
Architect Offsite
(Software)
Offsite
Onsite
Domain
Offsite
Expert
Offsite
Domain Onsite
Expert Offsite
Offsite
Onsite
Database
Offsite
Administrator
Offsite
Onsite
Network
Offsite
Administrator
Offsite
Onsite
Other Offsite
Offsite
#Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such
as Client approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
[Date]
To
SYSTEM MANAGER
CIDCO
Sir,
1. I/We as System Integrator do hereby undertake that those persons whose profiles were part
of the basis for evaluation of the bids (Project Manager, Solution Architect (Software), Solution
Architect (Infrastructure and Networking), Domain Expert, Database Administrator), hereby
referred to as “Key Personnel” of the proposed team, shall be deployed during the Project as per
our Bid submitted in response to the RFP.
2. We undertake that any of the identified “Key Personnel” shall not be removed or replaced
without the prior written consent of CIDCO except where such removal and/or replacement
becomes necessary due to exceptional circumstances like disability, resignation, termination,
death, etc. of the resource
4. CIDCO will have the right to accept or reject these substitute profiles
344 City and Industrial Development Corporation of Maharashtra Ltd.
RFP for Selection of System Integrator for Implementation of Integrated SAP for CIDCO
5. We also undertake to staff the Project with competent team members in case any of the
proposed team members leave the Project either due to voluntary severance, disciplinary
actions against them or any other reason
5. We acknowledge that CIDCO has the right to seek the replacement of any member of the
Project team being deployed by us, based on the assessment of CIDCO that the person in
question is incompetent to carry out the tasks expected of him/her or found that person does
not really possess the skills /experience/qualifications as Projected in his/her profile or on the
ground of security concerns or breach of ethics
6. In case we assign or reassign any of the team members, we shall be responsible, at our
expense, for transferring all appropriate knowledge from personnel being replaced to their
replacements within a reasonable time. We shall also ensure that such replacements do not
adversely impact the quality and timeliness of the Project at any time
Yours faithfully,
Authorized Signatory
Name :
Designation :
Date :
Time :
Seal :
Business Address
PHOTOGRAPH
Name
Proposed Position
Date of birth
Years with
Organization (if
applicable)
Nationality
Education
Certification Details
Countries of
work experience
Employment record
(Starting with present position, list in reversed order every employment held for the last
ten years and state the start and end dates of each employment)
(Clearly distinguish your "employer" as an employee of the firm from a "client" for whom
you have worked as a consultant or an adviser)
Position held and Description of
Employer From To
duties
Certifications
I, the undersigned certify that:
Date of signing
[Date]
To
SYSTEM MANAGER
CIDCO
Dear Sir,
Ref: Request for Proposal for Selection of Bidder for Implementation of SAP ERP in CIDCO.
We, the undersigned Bidders, having read and examined in detail all the bidding documents in
respect of “Request for Proposal for Selection of Bidder for Implementation of SAP ERP in
CIDCO.” do hereby propose to provide Services as specified in the bidding documents number
___________________________.
All the prices mentioned in our Bid are in accordance with the terms as specified in the bidding
documents. All the prices and other terms and conditions of this Bid are valid for a period of six
months from the date of submission of the Bids.
We are an entity registered in India and do hereby confirm that our Bid price (Total Contract
Value in this Commercial Proposal) includes all taxes including income tax and professional tax.
The prices we have offered, will remain fixed and not be subject to escalation for any reason
whatsoever within the period of Contract. Any increase / decrease in rates of taxes will be to
our account. We have studied the Clause relating to Indian Income Tax and hereby declare that
if any income tax, surcharge on Income Tax, Professional and any other corporate Tax is altered
under the law, we shall pay the same.
Bid Price
We declare that our Bid Prices are for the entire scope of the work and requirements as
specified in the Bid documents, irrespective of whatever has been stated to the contrary
anywhere else in our Bid.
We hereby declare that in case the Contract is awarded to us, we shall submit the Contract
Performance Bank Guarantee in the form prescribed in the RFP.
We hereby declare that our Bid is made in good faith, without collusion or fraud and the
information contained in the Bid is true and correct to the best of our knowledge and belief.
We understand that our Bid is binding on us and that you are not bound to accept a bid you
receive.
We confirm that no Technical deviations are attached here with this Commercial offer.
Yours faithfully,
Authorized Signatory
Name :
Designation :
Date :
Time :
Seal :
Business Address
The Payment Model of the Project is based on Milestone Based Payments and Quarterly
guaranteed payments (QGR). Total Project Cost comprises of Quarterly guaranteed payment
and Milestone based payment.
The Bidder should quote the Total Project Cost (Total Contract Value). The Total Contract Value
will be used for calculation of Quarterly guaranteed fees and the Milestone Based Fees.
Quarterly payment in 20 quarterly payments based on the 5 year operating period as follows:
PROPOSED PROPOSED
YEAR
YEARLY PAYMENT (% OF TCV) QGR PAYMENT (% OF TCV)
Rates quoted by the Bidder should be inclusive of all taxes, duties and charges apart from
service tax which will be paid separately.
For financial bid evaluation purpose, total 200 man months of software development work will
be assumed.
Penalties as specified in the RFP will be levied separately. Therefore, final payment can be less
than the Annual Minimum Guaranteed amount to the extent of penalties imposed monthly or
annually.
For more information on calculation of payment and penalties refer to the RFP.
For the bidders whose technical bids have been shortlisted, Total Financial Bid will be
calculated and, amongst them, the bidder with lowest evaluated “Total Financial Bid” will be the
most preferred bidder. In the event where more than one bidder has the same lowest evaluated
“Total Financial Bid”, the most preferred bidder would be the one with higher Technical Bid
score.
The details of Formats for Financial Bid are specified in Appendix 03 – Commercial Bid
Format. The Bidder is expected to fill all relevant fields of Appendix 03. In case, any field is not
filled, a value of Zero (0) or NIL; whichever is relevant, will be considered.
To
SYSTEM MANAGER
CIDCO
Dear Sir,
WHEREAS
M/s. (name of Bidder), a company registered under the Companies Act, 1956, having its registered
and corporate office at (address of the Bidder), (hereinafter referred to as “our constituent”, which
expression, unless excluded or repugnant to the context or meaning thereof, includes its successors
and assigns), agreed to enter into a Contract dated …….. (Hereinafter, referred to as “Contract”) with
you for Project of Implementation of SAP ERP in CIDCO, in the said Contract.
We are aware of the fact that as per the terms of the Contract, M/s. (name of Bidder) is required to
furnish an unconditional and irrevocable Bank Guarantee in your favor for an amount of 10% of the
Total Contract Value, and guarantee the due performance by our constituent as per the Contract
and do hereby agree and undertake to pay any and all amount due and payable under this bank
guarantee, as security against breach/ default of the said Contract by our Constituent.
In consideration of the fact that our constituent is our valued customer and the fact that he has
entered into the said Contract with you, we, (name and address of the bank), have agreed to issue
this Performance Bank Guarantee.
Therefore, we (name and address of the bank) hereby unconditionally and irrevocably guarantee
you as under:
In the event of our constituent committing any breach / default of the said Contract, and which has
not been rectified by him, we hereby agree to pay you forthwith on demand such sum/s not
exceeding the sum of 10% of the Total Contract Value i.e.,…………..<in words> without any demur.
Notwithstanding anything to the contrary, as contained in the said Contract, we agree that your
decision as to whether our constituent has made any such default(s) / breach(es), as aforesaid and
the amount or amounts to which you are entitled by reasons thereof, subject to the terms and
conditions of the said Contract, will be binding on us and we shall not be entitled to ask you to
establish your claim or claims under this Performance Bank Guarantee, but will pay the same
forthwith on your demand without any protest or demur.
This Performance Bank Guarantee shall continue and hold good till 200 days after completion of the
Contract Period (a minimum of 6 years and 8 months from the date of signing of Contract), subject
to the terms and conditions in the said Contract.
We bind ourselves to pay the above said amount at any point of time commencing from the date of
the said Contract until 6 months after the completion of Contract Period.
We further agree that the termination of the said Agreement, for reasons solely attributable to our
constituent, virtually empowers you to demand for the payment of the above said amount under
this guarantee and we would honour the same without demur.
For notice of acceptance hereof any action taken or omitted in reliance hereon, of any defaults
under the Contract and any resentment, demand, protest or any notice of any kind.
We the Guarantor, as primary obligor and not merely Surety or Guarantor of collection, do hereby
irrevocably and unconditionally give our guarantee and undertake to pay any amount you may
claim (by one or more claims) up to but not exceeding the amount mentioned aforesaid during the
period from and including the date of issue of this guarantee through the period.
We specifically confirm that no proof of any amount due to you under the Contract is required to be
provided to us in connection with any demand by you for payment under this guarantee other than
your written demand.
Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,
registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be
deemed to have been given to us after the expiry of 48 hours when the same has been posted.
This Performance Bank Guarantee shall not be affected by any change in the constitution of our
constituent nor shall it be affected by any change in our constitution or by any amalgamation or
absorption thereof or therewith or reconstruction or winding up, but will ensure to the benefit of
you and be available to and be enforceable by you during the period from and including the date of
issue of this guarantee through the period.
Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee is
restricted to 10% of the Contract Value, and shall continue to exist, subject to the terms and
conditions contained herein, unless a written claim is lodged on us on or before the aforesaid date
of expiry of this guarantee.
We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association / Constitution of our bank and the undersigned is / are
the recipient of authority by express delegation of power/s and has / have full power/s to execute
this guarantee under the Power of Attorney issued by the bank in your favour.
We further agree that the exercise of any of your rights against our constituent to enforce or
forbear to enforce or any other indulgence or facility, extended to our constituent to carry out the
contractual obligations as per the said Contract, would not release our liability under this guarantee
and that your right against us shall remain in full force and effect, notwithstanding any
arrangement that may be entered into between you and our constituent, during the entire currency
of this guarantee.
Our liability under this Performance Bank Guarantee shall not exceed 10% of the Total Contract
Value. This Performance Bank Guarantee shall be valid only from the date of signing of Contract to
200 days after the End of Contract Period; and
We are liable to pay the guaranteed amount or part thereof under this Performance Bank
Guarantee only and only if we receive a written claim or demand on or before 200 days after the
completion of Contract Period.
Any payment made hereunder shall be free and clear of and without deduction for or on account of
taxes, levies, imports, charges, duties, fees, deductions or withholding of any nature imposts.
This Performance Bank Guarantee must be returned to the bank upon its expiry. If the bank does
not receive the Performance Bank Guarantee within the above-mentioned period, subject to the
terms and conditions contained herein, it shall be deemed to be automatically cancelled.
This guarantee shall be governed by and construed in accordance with the Indian Laws and we
hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or
action or other proceedings arising out of this guarantee or the subject matter hereof brought by
you may not be enforced in or by such count.
Yours faithfully,
(Signature)
Designation
Note:
A duly certified copy of the requisite authority conferred on the official/s to execute the guarantee
on behalf of the bank should be annexed to this guarantee for verification and retention thereof as
documentary evidence in the matter.